Skip to content
Department of Defense

Gimbaled High Definition Electro-Optic Infrared (EO/IR) Sensor Replacement for Base Expeditionary Targeting Surveillance Systems – Combined (BETSS-C) and Ground-Based Operational Surveillance System (Expeditionary) (G-BOSS(E))

Solicitation: W909MY-26-R-HDIR
Notice ID: d9e6211f45a24c5cae8ff0cdd42d7de5
TypeSources SoughtNAICS 334511PSC6650DepartmentDepartment of DefenseAgencyDept Of The ArmyStateVAPostedFeb 10, 2026, 12:00 AM UTCDueMar 12, 2026, 09:00 PM UTCCloses in 17 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Mar 12, 2026. Industry: NAICS 334511 • PSC 6650.

Market snapshot

Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,902,979,570
Sector total $20,371,516,771 • Share 9.3%
Live
Median
$70,342
P10–P90
$23,440$1,725,477
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
9.3%
share
Momentum (last 3 vs prior 3 buckets)
+6156%($1,843,097,190)
Deal sizing
$70,342 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 VA
Live POP
Place of performance
Not listed
State: VA
Contracting office
Alexandria, VA • 22331-0700 USA

Point of Contact

Name
Brianna Murphy
Email
brianna.h.murphy2.civ@army.mil
Phone
Not available
Name
Sabin Joseph
Email
sabin.a.joseph.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 CONT CT WASH OFC
Contracting Office Address
Alexandria, VA
22331-0700 USA

More in NAICS 334511

Description

Background:

Project Manager (PM) Terrestrial Sensors (TS) is inquiring about a potential Commercial-Off-The-Shelf (COTS) Gimbaled High Definition (HD) Electro-Optic Infrared (EO/IR) Sensor Replacement to support ground-based U.S. Army Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR), Force Protection and Security (FPS) missions. The gimbaled sensor must be capable of Organizational and Depot Level maintenance.

This RFI is requesting vendors to present potential solutions, including an initial evaluation of expected performance and lifecycle costs of the proposed sensor replacement.  If the proposed replacement shows that potential for cost savings exists, only then will PM TS proceed with a more extensive evaluation of sensor performance and sustainment plans.

Responses to this request must be submitted by Close of Business (COB) 12 March 2026.

Requested Information:

  1. Company Information
  • Contact name
  • Contact title
  • Company name
  • Date of incorporation
  • Number of years in business
  • Number of employees
  • Location
  • Mailing address
  • Phone number
  • CAGE Code
  • Unique Entity ID
  • Website address
  • Email address

Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI.

  1. Technical Information

The purpose of this RFI is to research alternatives for a cost-effective solution for a Tower-based Gimbaled HD EO/IR Sensor replacement that will meet the required performance, logistic concepts, timeliness, and lifecycle costs detailed herein. Gimbaled High Definition EO/IR Sensor replacement specifications of interest are provided in the annex provided at the end of this RFI.

For your proposed gimbaled camera system, please include the following information:

  • Technology capabilities
  • Performance of the system
  • Technical parameters
  • Size, Weight, Power and Cost (SWAP-C)
  • Interoperability with other systems and information on Application Program Interface (API)
  • All-weather/day/night-performance
  • Expected maintenance, repairability, and associated cost. Include Mean Time Between Failures (MTBF) and Mean Time to Repair (MTTR).
  • Indicate the ability to repair the system package without sending it back to the Original Equipment Manufacturer (OEM).

  1. Technical Experience

Has your Company supported this type of mission or similar type of mission in the past? 

Identify your company's past and current customers to which you have provided these types of capabilities or similar capabilities; including size and complexity.

Please provide Contract number(s), Customer/Company name, Point of Contact (POC) name, POC e-mail address and phone number, and a brief description of your direct support of the effort. Include a maximum of three (3) customers.

Confidentiality: No classified, confidential, or sensitive information shall be included in your response. Interested parties are responsible for appropriately marking proprietary or competition-sensitive information contained in their response.

  1. Response Submittal Instructions

Sources able to address the above request are invited to submit information describing their approach. The Government requests that interested sources submit an electronic response of not more than twenty (20) pages on 8.5" x 11" paper, 12-point, Arial font, with a minimum of one (1) inch margins all around. Files shall be sent in a Microsoft Word compatible (version 2013 or newer) file or a PDF file. Files greater than 15MB cannot be transmitted through the network firewall.

Respondents are requested to submit one (1) electronic copy of their RFI responses to Briana Murphy, Contract Specialist, brianna.h.murphy2.civ@army.mil, and Sabin Joseph, Contracting Officer, sabin.a.joseph.civ@army.mil, by COB on 12 March 2026.

  • Subject line should be: FPS BETSS-C and G-BOSS(E) Systems Tower EO/IR Sensor Replacement
  • Unclassified responses must be sent to: usarmy.XYZ @army.mil.
  • Responses with CUI must be sent encrypted via DoD SAFE to (https://safe.apps.mil/). If you require a DoD SAFE drop link, please contact Briana Murphy, Contract Specialist, brianna.h.murphy2.civ@army.mil,
  • For submission of SECRET or higher classification material to PM FPS, please contact Sabin Joseph, Contracting Officer, sabin.a.joseph.civ@army.mil, by COB on 12 March 2026

All documents shall be portion-marked IAW DoDM 5200.01-V2. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions (submitted material will not be returned).

All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities.

  1. Questions and requests for clarification

Questions, both technical and contracting related, regarding this RFI should be submitted via e-mail to Briana Murphy, Contract Specialist, brianna.h.murphy2.civ@army.mil, and Sabin Joseph, Contracting Officer, sabin.a.joseph.civ@army.mil, no later than 1400 EST on 12 March 2026. Questions will be published non-attribution via the System for Award Management (SAM.gov).

Questions with CUI shall be submitted via DOD SAFE. If you require a drop link, please contact brianna.h.murphy2.civ@army.mil. Questions and requests will only be accepted in writing; phone calls will not be accepted.

Requests shall be submitted only to the email address specified above. Any other forms of request for additional information will not be honored.

Response Due Date: 12 March 2026

Disclaimer

THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI NOR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES.

This announcement is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned, nor will the Government confirm receipt. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC §2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

Annex

Specific Tower Sensor specifications of interest include:

  1. Potential Applications:
    1. Border surveillance
    2. Force Protection (e.g., surveillance from tower for situational awareness supporting military police use or Forward Operating Base (FOB) surveillance).
    3. Anomaly detection
    4. Target acquisition
  2. Enhanced capabilities to fuse and present InfraRed (IR), color, and/or Short-Wavelength InfraRed (SWIR) spectral information
  3. 360° visibility. Maintains constant watch over designated area and uses high-magnification optics to extend detection range without sacrificing wide Field-of-View (FOV) situational awareness
  4. Thermal Imager
  5. Color High-Definition Camera
  6. Color Low Light High-Definition Camera
  7. SWIR camera
  8. Integrated Sensor Architecture(ISA)-compliance (https://www.trmc.osd.mil/wiki/spaces/viewspace.action?key=ISA)
  9. Laser Rangefinder: Up to 20 kilometers (km)
  10. Environmental Standards: MIL-STD-810E and MIL-STD-461F; operating temperature: -40° to 55° C
  11. Standard Military Specification (MIL-SPEC) data, video and power interfaces and connectors

Project Manager (PM) Terrestrial Sensors (TS) encourages industry to consider size, weight, power, and cost of suitable replacement for the Tower Sensor system, as applicable. Additional performance characteristics PM FPS is looking for include range, coverage, target classes, as well as known or anticipated performance limitations.

Files

Files size/type shown when available.

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.