Skip to content
Department of Defense

RFI - Fog Tester Instrument Image Analysis Software

Solicitation: RFI-FogTesterInstrumentImageAnalysisSoftware
Notice ID: 9a56c49f7f2c4ba88efc1601d8582b51
TypeSources SoughtNAICS 51821PSCDA01DepartmentDepartment of DefenseAgencyDept Of The ArmyStateMAPostedMar 25, 2026, 12:00 AM UTCDueApr 09, 2026, 09:00 PM UTCCloses in 0 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MA. Response deadline: Apr 09, 2026. Industry: NAICS 51821 • PSC DA01.

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: RFI-FOGTESTERINSTRUMENTIMAGEANALYSISSOFTWARE. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$7,206,283,725
Sector total $7,206,283,725 • Share 100.0%
Live
Median
$96,720
P10–P90
$28,298$2,015,226
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)
+100%($7,206,283,725)
Deal sizing
$96,720 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 MA
Live POP
Place of performance
Massachusetts • 01760 United States
State: MA
Contracting office
Natick, MA • 01760-5011 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MA20260004 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Massachusetts • Barnstable, Berkshire, Bristol +8
Rate
Bricklayer, Plasterer, Stonemason
Base $62.40Fringe $34.40
Rate
Bricklayer, Plasterers, Stonemasons, Tile Layers
Base $50.81Fringe $32.27
+44 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 44 more rate previews.
Davis-BaconBest fitstate match
MA20260004 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable, Berkshire, Bristol +8
Rate
Bricklayer, Plasterer, Stonemason
Base $62.40Fringe $34.40
Rate
Bricklayer, Plasterers, Stonemasons, Tile Layers
Base $50.81Fringe $32.27
Rate
BRICKLAYER
Base $62.40Fringe $34.40
+43 more occupation rates in this WD
Davis-Baconstate match
MA20260018 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Essex
Rate
CARPENTER (Includes Form Work)
Base $50.10Fringe $31.45
Rate
ELECTRICIAN
Base $66.17Fringe $37.08
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
+21 more occupation rates in this WD
Davis-Baconstate match
MA20260019 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Hampden
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $42.88Fringe $31.04
+21 more occupation rates in this WD
Davis-Baconstate match
MA20260020 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Hampshire
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $42.88Fringe $31.04
+21 more occupation rates in this WD

Point of Contact

Name
David Ziegler
Email
David.p.ziegler.civ@army.mil
Phone
Not available
Name
Mary Prebensen
Email
mary.k.prebensen.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG NATICK
Contracting Office Address
Natick, MA
01760-5011 USA

Description

SYNOPSIS: This Sources Sought Announcement is to assist the US Army DEVCOM Soldier Center to identify potential sources to provide Software Development for Fog Tester Instrument Image Analysis software.

The Government requests that responses be submitted electronically to  David Ziegler, David.p.ziegler.civ@army.mil and Mary Prebensen, mary.k.prebensen.civ@army.mil by April 9, 2026 by 5pm EST.

Background:

The Government (DEVCOM Soldier Center) is in need of Fog Tester Instrument Image Analysis Software development to integrate with the existing Fog Tester Instrument control and data acquisition software.  Existing in-house developed software operates as separate software from the instrument control/data acquisition software and requires a high degree of user interaction and manipulation of the data to output a Pass/Fail quantitative score for eyewear items evaluated for their anti-fog performance.  The Soldier Center designed 4th Generation Fog Tester currently utilizes a LabVIEW program, named FogTester, running on a Microsoft Windows computer to operate a custom control board that provides 120VAC electrical outlet relay switching, temperature and humidity input and recording, light(s), dual camera video input, and heating circuit temperature control of the video cameras lenses.  A separate LabVIEW application, named BarTarget, is then used post-test to analyze the acquired video stills to generate a contrast ratio value of selected regions of interest.  The contrast ratio values are then manually plotted by the user in Microsoft Excel and compared to known Haze Standard values.

Description:

The improved BarTarget application should be designed to analyze the post-test acquired video images from both cameras and generate the contrast ratio value per selected region of interest and plot the contrast ratio over the duration time of the test and output a result per designated pass/fail criteria based upon the haze calibration measurements.  Additional functions should include Haze Standard calibration image acquisition and the ability to “zero” the contrast ratio, so each test article is acquired at the same starting point, this will require the application to interact with the FogTester application.

      

Specific Specifications: 

            (1)  Develop software code to operate on a Microsoft Windows 11 operating system for  image analysis software application that will interact with the FogTester software application in in a local host environment (no internet connection required), have users input test condition parameters (file save location, test duration, camera configuration), perform the test, analyze the data, and compute and output the results per designated pass/fail criteria.  Saved output graph and data shall be compatible with Microsoft Word and Excel programs for user reporting purposes.

               (2)  The software shall be written/developed using any of the following programming languages:  LabVIEW, .NET (C#, Visual Basic), Python.  Other programming languages may be considered but require approval by the Contracting Officer Representative (COR) and/or Contracting Officer Technical Representative (COTR) before use.

               (3)  The software shall communicate with the FogTester software via a TCP port.

Deliverables:

(1)  Develop post-test image analysis sub-program for use with Soldier Center-developed Fog Tester instrument control and data acquisition software. This sub-program will replace the current BarTarget program, and the data plotting performed in Microsoft Excel by the user.

(2)  Deliver a sub-program which shall also be able to process calibration tests, analyze the data and deliver a calibrations file for input to the pass/fail criteria.

Delivery Date: The Government anticipates 4 weeks lead time for this item. Please identify timeframe required for delivery.

Government Furnished Property (Equipment/Materials/Information/Computer Utilization): The Government shall provide the Fog Tester operation flow-chart diagram, example test and calibration data, and access to currently operated LabVIEW software or a Python simulation of the interface, as the LabVIEW software requires hardware to run. Upon request, the Government may also provide loan of a Fog Tester system to be returned to Soldier Center once the contract is completed.

Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY

This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned.

Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject.

RESPONSES:
Interested parties may identify their interest and capability by sending responses regarding this requirement to DEVCOM Soldier Center via e-mail ONLY to mary.k.prebensen.civ@army.mil and David.p.ziegler.civ@army.mil no later than April 9, 2026 by 5:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party.


Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number.

QUESTIONS:
Any questions for clarification may be emailed to mary.k.prebensen.civ@army.mil and David.p.ziegler.civ@army.mil no later than April 6, 2026 by 5:00 p.m. EST. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.