Skip to content
Department of Defense

66- CAMERA, INFRARED, INDUSTRIAL

Solicitation: SPE4A626R0152
Notice ID: f8266e9f545d42629521d56a914143db
TypeSources SoughtNAICS 334519PSC6635DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateVAPostedFeb 06, 2026, 12:00 AM UTCDueFeb 13, 2026, 08:00 PM UTCExpired

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 13, 2026. Industry: NAICS 334519 • PSC 6635.

Market snapshot

Awarded-market signal for NAICS 334519 (last 12 months), benchmarked to sector 33.

12-month awarded value
$52,301,425
Sector total $20,341,046,444 • Share 0.3%
Live
Median
$64,148
P10–P90
$28,855$456,402
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)
+100%($52,301,425)
Deal sizing
$64,148 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
Richmond, Virginia • 23237 United States
State: VA
Contracting office
Richmond, VA • 23237 USA

Point of Contact

Name
Cassandra Blagmon
Email
cassandra.blagmon@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AV RICHMOND • DLA AVIATION
Contracting Office Address
Richmond, VA
23237 USA

More in NAICS 334519

Description

The Defense Logistics Agency Aviation-Richmond is issuing this sources sought synopsis as a means of conducting market research to determine if other companies are capable of manufacturing (or legitimately obtain) the item indicated. 

The Government is seeking parties having an interest in and the resources to support NSN 6635-01-699-0665, Camera, Infrared, Industrial.  This item is currently manufactured by: Avon Protection Systems Incorporated (CAGE 1LEW5) under part number MI-TIC-S-3 USN. Technical Orders and Qualification Requirements are not available.  Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s).  Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping.  Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets.  The estimated annual quantity is 865 each.  The unit prices will be established at the time of a contract award.

The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334519.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. 

If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by March 6, 2026 3:00 pm, Eastern Standard Time.  All responses under this Sources Sought Notice must be emailed to Cassandra Blagmon (Cassandra.Blagmon@dla.mil).

If you have any questions concerning this opportunity, please contact:  Cassandra Blagmon via email Cassandra.Blagmon@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.