Skip to content
Department of Defense

Market Survey for PVS-4 Carrying Case

Solicitation: DLA-Aberdeen-26-031
Notice ID: d8cb76c9a6d34d8b8d29ae13fec0605c
TypeSources SoughtNAICS 334419PSC5855DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateMDPostedFeb 25, 2026, 12:00 AM UTCDueMar 10, 2026, 08:30 PM UTCCloses in 14 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Mar 10, 2026. Industry: NAICS 334419 • PSC 5855.

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: DLA-ABERDEEN-26-031. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334419 (last 12 months), benchmarked to sector 33.

12-month awarded value
$62,607,454
Sector total $20,895,143,149 • Share 0.3%
Live
Median
$85,627
P10–P90
$29,000$464,084
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+68127%($62,424,197)
Deal sizing
$85,627 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 MD
Live POP
Place of performance
Not listed
State: MD
Contracting office
Aber Prov Grd, MD • 21005 USA

Point of Contact

Name
Brandon Hepner
Email
brandon.t.hepner.civ@army.mil
Phone
Not available
Name
Tim Langan
Email
timothy.l.langan.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND ABERDEEN • DLA LAND AT ABERDEEN
Contracting Office Address
Aber Prov Grd, MD
21005 USA

More in NAICS 334419

Description

The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC) – Supply Chain Management Directorate (SCMD) – Strategic Sourcing Directorate (SSD), intends to acquire Parts to support the AN/PVS-4.

Requirements Description:

The United States Army is looking for sources (manufacturers and suppliers) with the ability to provide the Carrying Case, (NSN: 5855-01-040-3793) for the AN/PVS-4 Night Vision Sight.  The Carrying Case stores the Night Vision Sight and its accessories.  

The Government requires an undetermined quantity of AN/PVS-4 Carrying Cases to support sustainment of the device by the Defense Logistics Agency (DLA).  This is not a solicitation. This is only an estimate and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below.

The Government possesses the technical data package (TDP) for the part. The TDP is available for conditional release. The TDP includes conceptual information. This is not a developmental effort. Alternate designs must be approved by Product Manager- Soldier Maneuver Sensors (PM-SMS). This is not a solicitation. This is only an estimate and will not bind the contractor or the Government in any way or at any time into a contract with any of the specified terms below

Suppliers who are capable of supplying this item should contact the government before March 10, 2026. Submissions can be sent to brandon.t.hepner.civ@army.mil. Responses must include a list of items the supplier is able to produce or source as well as documentation that the supplier can provide the army with a physically and functionally component from the list above. Examples of such documentation can be test results, copy of purchase orders if the supplier was a vendor to the listed source, or a statement from listed source demonstrating that the supplier can provide the Army a solution. For more information contact Brandon Hepner at brandon.t.hepner.civ@army.mil.

Items and/or Services to Be Procured:

NSN: 5855-01-040-3793

NOMENCLATURE: Carrying Case

PART NUMBER: SM-D-850480-1

CAGE: 80063

Requested Response Information:

We request that sources who can manufacture the listed parts or services to submit information to show their capability. At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Questionnaire, information on previous Government and commercial contracts, and evidence that the item can be provided.

In your response, please include your company name, CAGE code, and a technical point of contact with email address and telephone number.

Notice, Response Due Date, and Points of Contact:

This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (SSA) is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business.  Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future.

All SSA responses should be emailed to the Technical and Competition Advocate Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests.  All requests for information must be submitted via email to the Technical Point of Contact and the Competition Advocate.

Please submit responses by 3/10/2026

Technical Point of Contact: Brandon Hepner (brandon.t.hepner.civ@army.mil)

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

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.