Skip to content
Department of Defense

Thermal Imager

Solicitation: FA860126Q0026
Notice ID: 378d435c26c96ae04e196ca4692b634d
DepartmentDepartment of DefenseStateOHPostedMar 05, 2026, 12:00 AM UTCDueMar 25, 2026, 12:00 AM UTCCloses in 20 days

Federal opportunity from DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 25, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA860126Q0026. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this department (last 12 months).

12-month awarded value
$5,898,371,270,814
Sector total $5,898,371,270,814 • Share 100.0%
Live
Median
$113,581
P10–P90
$31,571$938,998
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+79342%($5,883,061,331,464)
Deal sizing
$113,581 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Live POP
Place of performance
OH, US
State: US
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Published Jan 02, 2026
Ohio • Mercer
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base: $37.00 • Fringe: $28.27
BRICK POINTER/CAULKER/CLEANER
Base: $33.30 • Fringe: $18.28
SOFT FLOOR LAYER
Base: $30.25 • Fringe: $25.16
Match signal: state match
Published Jan 02, 2026
Ohio • Fairfield
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base: $35.23 • Fringe: $23.04
BRICKLAYER
Base: $33.24 • Fringe: $19.62
TILE FINISHER
Base: $28.31 • Fringe: $10.45
Match signal: state match
Published Jan 02, 2026
Ohio • Tuscarawas
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base: $46.50 • Fringe: $29.43
BRICKLAYER
Base: $35.59 • Fringe: $22.71
TILE FINISHER
Base: $27.87 • Fringe: $16.31
Match signal: state match
Published Jan 02, 2026
Ohio • Allen
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base: $35.23 • Fringe: $23.04
TILE FINISHER
Base: $24.87 • Fringe: $10.66
TILE SETTER
Base: $29.69 • Fringe: $16.58
Match signal: state match

Point of Contact

Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
Not available
Subagency
Not available
Office
Procurement
Contracting Office Address
Not available

Description

Instructions to Offerors – Solicitation FA860126Q0026This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for a Thermal Imager for the Air Force Institute of Technologyas described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made LPTA. Ie, to the lowest priced Offeror who submits a proposal that:1. Conforms to the requirements of the combined synopsis/solicitation.2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.The combined synopsis/solicitation number for this requirement Is FA860126Q0026 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.Acceptable means of Submission: All submissions must be submitted electronically to both of the following email addresses, danara.barlow@us.af.mil and jessica.stamper.2@us.af.mil , by WED, 25 MAR 2026 by 3:00 PM Eastern Daylight Time.Any correspondence sent via email must contain the subject line “FA860126Q0026 AFIT Thermal Imager” The entire proposal must be contained in a single email, unless otherwise approved, including attachments. Please note: due to the email server, any emails that exceed 5 megabytes might not go through. Emails with compressed files are not permitted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation email within 24 hours of submitting the proposal, please reach out to the point of contact listed on the solicitation. Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov . The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.Period of Performance: Delivery is expected 90 days after contract awardDelivery Destination: Identified in SOWDelivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.Requirement: Thermal ImagerContract Type: The anticipated award is Firm-Fixed Price.Basis for Award: The Government will award a contract resulting from this RFQ to the Offeror responsible whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is the lowest evaluated price of proposals meeting or exceeding the acceptability standards. Technical Capability and Price will be used to evaluate all offers.Technical or Quality: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation.Price: The Government will evaluate the price by adding the total of all line item prices. See attached CLIN structure for pricingThe proposals may be in any format but MUST include: 1. Proposing company’s name, address, DUNS number, Cage Code, and TIN.2. Point of contact’s name, phone, and email.3. Proposal number & date.4. Timeframe that the proposal is valid.5. Individual item price.6. Total price, No Progress Payments.7. Shipping (FOB Destination).Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov . Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com . Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.ADDITIONAL INSTRUCTIONS TO OFFERORS: The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:(a) North American Industry Classification System (NAICS) code and small business size standard are as specified in the solicitation document.(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.Proposal Content: The proposals may be in any format, but shall consist of two separate parts, a technical proposal and a price proposal.Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.