- 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
Day/Night FLIR Thermal Binoculars
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Georgia. Response deadline: Apr 17, 2026. Industry: NAICS 333310 • PSC 5855.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 333310 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 333310
Description
Description
Day/Night FLIR Thermal Binoculars for Georgia
Introduction
The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, industry technologies available and capability to fulfill FMS requirements.
The result of this sources sought/market survey will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company’s solution, and your ability to meet potential system requirements.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY.
PROGRAM BACK GROUND
CECOM SAMD administers and manages FMS cases including requirements for Partner Nation (PN). CECOM SAMD’s goal is to satisfy customer country requirements for Six (6) Day/Night FLIR Thermal Binocular RECON V UL Pro Package and Nine (9) Day/Night FLIR Thermal Binocular RECON V MLR PLUS.
REQUIRED CAPABILITIES
The purpose of this market research/sources sought is to identify interested sources that are certified and able to provide requirements to Georgia. The equipment shall be delivered via DTC 7.
1) Day/Night FLIR Thermal Binocular RECON V UL Pro Package. The contractor shall deliver Six (6) Day/Night FLIR Thermal Binocular RECON V UL Pro Package with the part number 29599-14612611-0-0.
2) Day/Night FLIR Thermal Binocular RECON V MLR PLUS. The contractor shall deliver Nine (9) Day/Night FLIR Thermal Binocular RECON V MLR PLUS with the part number 29400-11301622-0-0.
• Light Interference Filters (LIFs), electro-optic countermeasures and counter-countermeasures or methods to exploit countermeasures MUST NOT be discussed or released.
• FPA size MUST NOT be larger than 640x512.
• Pixel pitch MUST NOT be smaller than 17 microns.
Request responses MUST include Rough Order of Magnitude (ROM) price and availability (P&A) information for the equipment described The Government requests that the P&A estimate provide single unit costs and costs for multiple units if the estimate includes quantity discounts.
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.
ELIGIBILITY
NAICS code: 333310 - Commercial and Service Industry Machinery Manufacturing
Product Service Code (PSC): 5855 - Night Vision Equipment, Emitted and Reflected Radiation
SUBMISSION DETAILS
Interested sources should furnish the following information, in the format provided below:
(1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Unique Entity ID (UEI) number. Any interested company must be registered with System for Award Management (SAM.gov).
(2) Point of Contact Name, Department, phone number, and email address.
(3) Identify past and current services your company offers that exactly match the capabilities specified above.
(4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release.
Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Lenore Brock, in either Microsoft Word or Portable Document Format (PDF), via email Lenore.d.Brock.civ@army.mil
no later than 2:00p.m. Eastern Daylight Time (EDT) on 17 April 2026. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required systems and services. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.