govindex
Log in Sign up
Contract Record
Notice ID: c82cb37b16d84d8cabdb510afa4465a9
Sources Sought Posted 2026-03-04 22:01:52.863+00 Due 2026-04-03 22:00:00+00

Direct View Optics, Aiming Lasers, and Mounting Hardware

Agency
DEPT OF DEFENSE
Notice ID
c82cb37b16d84d8cabdb510afa4465a9
Type
Sources Sought
Posted
2026-03-04 22:01:52.863+00
Award Amount
--
Description
Description: Sources Sought – Direct View Optics, Aiming Lasers, and Mounting Hardware The US Army Contracting Command - New Jersey (ACC-NJ), on behalf of Project Manager Soldier Lethality (PM SL), located at Picatinny Arsenal, NJ, is conducting a market survey for direct view optics and aiming lasers for use on shoulder fired weapon systems (i.e. rifles, carbines and automatic rifles) within the Close Combat Force. This notice is looking for information from interested companies that produce direct view optics, aiming lasers, and scope rings/mounting hardware for optics that are at a technology readiness level 9 and currently in production. The products may be commercially available. Direct view optics and mounting hardware must be mountable on a MIL-STD-1913 Picatinny Rail. Direct view optics may include but are not limited to red dot sights with flip-in magnifiers, low-power variable optics, discrete variable magnified optics, or fixed magnified direct view optics with magnification contained in the range of 1x to 10x. The direct view optics should aid Rifleman and Automatic Rifleman to effectively engage targets at distances up to 600m. Optics must survive weapon pyro-shock, be rugged for Soldier use and conform to MIL-STD-810 Environmental conditions for Small Arm Weapons. Optics should allow for the use of protective eyewear and provide an interface for attaching laser protection filters and anti-reflective devices. Aiming lasers must be mountable on MIL-STD-1913 Picatinny Rail or using Modular Lock (M-LOK) and provide a visual aiming laser, infrared aiming laser, and an illuminator flood light that aids Rifleman and Automatic Rifleman to effectively engage targets at distances up to 600m. The IR pointer and illuminator must be compatible with I2 night vision devices and offer eye safe settings for general use and high-power settings (no greater than 3B) for long range use. Aiming lasers may have laser range finder and/or remotes but not required. Aiming lasers must survive weapon pyro-shock, be rugged for Soldier use, and conform to MIL-STD-810 Environmental conditions for Small Arm Weapons. PM SL desires the following information/data regarding the product(s): Monthly current production capacity and potential ramp capacity for orders of 5,000, 10,000, 20,000, and 30,000. On-hand quantity of item(s) (not on existing purchase order). Expected delivery schedule projections and timeline based on purchase order receipt. Detailed excel list of components that include country of origin, and where the product is assembled. Supply chain risk and lead times associated with components. Batteries required, operational run time at different settings and/or temperatures. Laser safety data (if applicable and/or available) Survivability and ruggedization data if available (pyro-shock, environmental, drop and reliability tests etc.) Operators manuals or operation instructions Warranty and repair instructions specific to each product. The Market Survey questionnaire below will be used to identify sources capable of satisfying the requirements of this initiative. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in market research. The information can be the following, but not limited to: excel spreadsheets, brochures, sales sheet, product data sheets, digital presentations, case studies, and/or quad charts. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: Company Name Company Address / Country Represented / Website Company point(s) of contact and phone number Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number. Current SAM.gov Registration? Yes/No; If yes, Unique Entity ID (UEI) Number Traditional or Non-Traditional Defense Contractor Major partners or suppliers Location of work to be performed Product(s) Description & Data Monthly current production capacity and potential ramp capacity for order of 5,000, 10,000, 20,000, and 30,000. On-hand quantity of item(s) (not on existing purchase order). Expected delivery schedule projections and timeline based on purchase order receipt. Detailed excel list of components that include country of origin, and where the product is assembled. Supply chain risk and lead times associated with components. Batteries required, operational run time at different settings and/or temperatures. Laser safety data (if applicable and/or available) Survivability and ruggedization data (pyro-shock, environmental, drop and reliability tests etc.) Operators manuals or operation instructions Warranty and repair instructions specific to each product. Commerciality If product has been sold, leased, or licensed to the general public. If product has been sold in substantial quantities, on a competitive basis to multiple state and local government, the development of the product was done exclusively at private expense. None of the above applies, with an explanation. Product information (not limited to the following: brochures, sales sheet, digital presentation, quad chart, etc) Product commercial operator's manual and/or operating instructions Please provide any additional comments All responsible, interested offerors are encouraged to submit their product informational chart and any additional pertinent information via email, no later than 6:00pm ET, Friday April 3 2026 to: megan.e.sloan2.civ@army.mil. All information is to be submitted at no cost or obligation to the Government. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to megan.e.sloan2.civ@army.mil. Any information provided will not be returned. All data received in response to this notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. This is a sources sought notice for information only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. Offerors are directed to NOT submit proposals at this time. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this market survey / sources sought notice.

Basic Information

Notice ID
c82cb37b16d84d8cabdb510afa4465a9
Solicitation #
W15QKN-26-P-028127
Type
Sources Sought
Base Type
Sources Sought
Posted Date
2026-03-04 22:01:52.863+00
Response Due
2026-04-03 22:00:00+00
Archive Date
2026-04-18 00:00:00+00
Archive Type
auto15
Active
Yes

Agency

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-PICA
CGAC
021
FPDS Code
2100
AAC Code
W15QKN

Award

Awardee
--
Award Amount
--
Award Number
--
Award Date
--

Classification

NAICS Code
--
Classification Code
--
Set-Aside
No Set aside used
Set-Aside Code
NONE

Place of Performance

Street
--
City
--
State
--
ZIP
--
Country
--

Organization

Type
OFFICE
City
PICATINNY ARSENAL
State
NJ
ZIP
07806-5000
Country
USA

Secondary Contact

Name
--
Title
--
Email
--
Phone
--
Fax
--