Skip to content
Department of Defense

Market Survey for 2GF Horizontal Technology Insertion Afocal Spare Lens Assembly

Solicitation: DLA-Aberdeen-26-038
Notice ID: eb47c33e81de48a1b1a53e752455ecb4
TypeSources SoughtNAICS 333310PSC6650Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateMDPostedMar 27, 2026, 12:00 AM UTCDueApr 08, 2026, 09:00 PM UTCCloses in 1 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 08, 2026. Industry: NAICS 333310 • PSC 6650.

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-26-038. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333310 (last 12 months), benchmarked to sector 33.

12-month awarded value
$47,655,218
Sector total $51,860,703,287 • Share 0.1%
Live
Median
$88,906
P10–P90
$30,630$287,364
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+27%($5,710,912)
Deal sizing
$88,906 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
Aberdeen Proving Ground, Maryland • 21005 United States
State: MD
Contracting office
Aber Prov Grd, MD • 21005 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MD20260120 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260120 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260126 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Washington
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.00Fringe $21.25
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD

Point of Contact

Name
Richard Rossman
Email
richard.p.rossman2.civ@army.mil
Phone
Not available
Name
jennifer fefel
Email
jennifer.l.fefel.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 333310

Description

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 2GF B-Kit Afocal Assembly

Requirements Description:

The Second Generation Forward Looking Infrared (2GF) Horizontal Technology Insertion (HTI) program provides night-vision/electro-optical line replaceable units (LRUs) for infrared sight systems in various platforms. The Afocal is one of the 2GF HTI LRUs and acts as a telescope collecting the infrared signal and focusing it on an imager.

The Government does not possess the technical data package (TDP) for the parts.

The 2GF HTI Afocal Objective Lens Assembly was previously procured under contracts SPRBL1-19-P-0054 in 2019 and SPRBL1-22-P-0003 in 2021 and SPRBL1-23-P-0003 in 2023 and G2R procurement on G2S-2024-031.

The Government does possess a technical data package (TDP) for the parts. The TDP includes level 3 (Production) information.  If this sources sought announcement potentially results in a solicitation, the Government will then release the TDP to appropriate parties after signing an NDA.

Items and/or Services to Be Procured:

NSN: 6650-01-676-1468
NOMENCLATURE: 2GF HTI Afocal Objective Lens Assembly
PART NUMBER: 6439506-1
CAGE: 96214

Requested Response Information:

We request that sources who can supply the listed parts or services to submit information to show capability to supply the same or similar parts. At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Questionnaire, and demonstrated capability of supplying the government with NSN 6650-01-676-1468. Documentation must show the capability to supply a qualified item, non-reoccurring engineering funding is not available for this effort.

In your response, please include your company name, CAGE code, and a technical point of contract 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 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 DLA Aberdeen Small Business Office.

Please submit responses by 4/8/2026

Technical Point of Contact: Richard.P.Rossman2.civ@army.mil

Secondary Point of Contact: Jennifer.l.fefel.civ@army.mil / sharon.a.levine.civ@army.mil

DLA Aberdeen Small Business: DLA.Land.and.Maritime.Small.Business.Office@dla.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.