Skip to content
Department of Defense

Direct View Optics, Aiming Lasers, and Mounting Hardware

Solicitation: W15QKN-26-P-028127
Notice ID: 818116baf87a486eb747dd60928554a8
TypeSources SoughtSet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateNJPostedMar 13, 2026, 12:00 AM UTCDueApr 03, 2026, 10:00 PM UTCCloses in 20 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Apr 03, 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: W15QKN-26-P-028127. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

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

12-month awarded value
$18,375,702,086
Sector total $18,375,702,086 • Share 100.0%
Live
Median
$328,000
P10–P90
$28,064$27,992,366
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)
+2718%($17,079,782,004)
Deal sizing
$328,000 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 SAM.gov →
Map for NJ
Live POP
Place of performance
Not listed
State: NJ
Contracting office
Picatinny Arsenal, NJ • 07806-5000 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
NJ20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New Jersey • Atlantic, Burlington, Camden +7
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Cement mason
Base $45.20Fringe $33.26
+61 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 61 more rate previews.
Davis-BaconBest fitstate match
NJ20260001 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Atlantic, Burlington, Camden +7
Rate
Bricklayer
Base $45.20Fringe $33.26
Rate
Cement mason
Base $45.20Fringe $33.26
Rate
Carpenter
Base $57.42Fringe $59.25
+60 more occupation rates in this WD
Davis-Baconstate match
NJ20260048 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Burlington
Rate
gs and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement)
Base $60.84Fringe $48.38
Rate
s and finishings to all types of mechanical systems; also, the application of firestopping material to openings and penetrations in walls, floors, ceilings and curtain walls; also, all lead abatement))
Base $55.80Fringe $40.80
Rate
CARPENTER (Scaffold Builder)
Base $57.42Fringe $59.25
+27 more occupation rates in this WD
Davis-Baconstate match
NJ20260055 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Hunterdon
Rate
CEMENT MASON
Base $49.60Fringe $37.96
Rate
CARPENTER
Base $57.42Fringe $59.25
Rate
Millwright
Base $58.84Fringe $59.25
+24 more occupation rates in this WD
Davis-Baconstate match
NJ20260056 (Rev 1)
Open WD
Published Jan 30, 2026New Jersey • Mercer
Rate
CEMENT MASON
Base $49.60Fringe $37.96
Rate
CARPENTER
Base $57.42Fringe $59.25
Rate
Millwright
Base $58.84Fringe $59.25
+24 more occupation rates in this WD

Point of Contact

Name
Megan Sloan
Email
megan.e.sloan2.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-NJ • W6QK ACC-PICA
Contracting Office Address
Picatinny Arsenal, NJ
07806-5000 USA

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):

  1. Monthly current production capacity and potential ramp capacity for orders of 5,000, 10,000, 20,000, and 30,000.
  2. On-hand quantity of item(s) (not on existing purchase order).
  3. Expected delivery schedule projections and timeline based on purchase order receipt.
  4. Detailed excel list of components that include country of origin, and where the product is assembled.
  5. Supply chain risk and lead times associated with components.
  6. Batteries required, operational run time at different settings and/or temperatures.
  7. Laser safety data (if applicable and/or available)
  8. Survivability and ruggedization data if available (pyro-shock, environmental, drop and reliability tests etc.)
  9. Operators manuals or operation instructions
  10. 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:

  1. Company Name
  2. Company Address / Country Represented / Website
  3. Company point(s) of contact and phone number
  4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number.
  5. Current SAM.gov Registration?  Yes/No; If yes, Unique Entity ID (UEI) Number
  6. Traditional or Non-Traditional Defense Contractor
  7. Major partners or suppliers
  8. Location of work to be performed
  9. Product(s) Description & Data
    1. Monthly current production capacity and potential ramp capacity for order of 5,000, 10,000, 20,000, and 30,000.
    2. On-hand quantity of item(s) (not on existing purchase order).
    3. Expected delivery schedule projections and timeline based on purchase order receipt.
    4. Detailed excel list of components that include country of origin, and where the product is assembled.
    5. Supply chain risk and lead times associated with components.
    6. Batteries required, operational run time at different settings and/or temperatures.
    7. Laser safety data (if applicable and/or available)
    8. Survivability and ruggedization data (pyro-shock, environmental, drop and reliability tests etc.)
    9. Operators manuals or operation instructions
    10. Warranty and repair instructions specific to each product.
  10. Commerciality
    1. If product has been sold, leased, or licensed to the general public.
    2. 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.
    3. None of the above applies, with an explanation.
  11. Product information (not limited to the following: brochures, sales sheet, digital presentation, quad chart, etc)
  12. Product commercial operator's manual and/or operating instructions
  13. 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.

Administrative update to add precise Direct View Optic term for increased results due to apparent system search error.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.