FLIR A70 Camera
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Aeronautics and Space Administration (NASA) Shared Services Center is soliciting quotes for a Brand Name Requirement for FLIR A70 Cameras. This procurement is a Total Small Business Set-Aside and seeks three (3) FLIR A70 Thermal Cameras for the NASA Langley Research Center in Hampton, VA. Quotes are due by April 22, 2026, at 7 a.m. CT.
Scope of Work
NASA requires three (3) FLIR A70 Thermal Cameras, specifically the FLIR A70 FOV 95 Research & Development Kit (Part Number: 89995-0201). This is a brand-name requirement justified by the camera's unique technical capabilities, critical compatibility with existing hardware, software infrastructure (including Python-based data acquisition software), and established knowledge base. The cameras must offer superior optical performance, optimal focal length, minimum focus distance, and a compact, lightweight design for integration constraints.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: NASA Langley Research Center, Hampton, VA 23681-2199
- Delivery: FOB Destination, 30 Days After Receipt of Order (ARO)
- Quote Due Date: April 22, 2026, 7 a.m. CT
- Questions Due Date: April 21, 2026, 7 a.m. CT (submit in writing via email)
- Published Date: April 16, 2026
Submission & Evaluation
Quotes must be submitted to Shanna Patterson at shanna.l.patterson@nasa.gov. Vendors must reference the tracking number (80NSSC26930894Q) in the email subject line. Bids must include:
- CAGE/UEI Code
- FOB Destination
- Lead Time for Delivery
- POC Name & Email (quotes should list two points of contact with name, phone, and email) Quotes must remain valid for 30 days. The award will be made to the responsible Offeror whose offer is the Lowest Price Technically Acceptable (LPTA). Quotes not deemed technically acceptable will be removed from consideration.
Eligibility & Notes
This opportunity is open only to authorized resellers. Offerors must be registered at www.sam.gov. The government does not pay by credit card. The NAICS Code for this procurement is 334516.