AN/PVS-14 NIGHT VISION DEVICES
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Apr 11, 2024 02:31 pm EDT
- Original Published Date: Mar 11, 2024 09:48 am EDT
- Updated Response Date: Apr 18, 2024 04:00 pm EDT
- Original Response Date: Apr 11, 2024 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: May 03, 2024
- Original Inactive Date: Apr 26, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5855 - NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION
- NAICS Code:
- 333310 - Commercial and Service Industry Machinery Manufacturing
- Place of Performance: USA
Description
SOURCES SOUGHT FOR
AN/PVS- 14 NIGHT VISION DEVICES
FOR FOREIGN MILITARY SALES (FMS)
W91CRB-24-AN/PVS-14
Description
AN/PVS- 14 NIGHT VISION DEVICES (NVDs) for Kosovo
Introduction
The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) on behalf of the Communications-Electronics Command Security Assistance Management directorate (CECOM SAMD) is issuing this Sources Sought notice as a means of conducting market research to identify potential sources having an interest in, industry technologies available and capability to fulfill FMS requirements.
The result of this sources sought/market survey will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this sources sought notice/market survey, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. The U.S. Government requests that interested parties submit a brief description of your company, your company’s solution, and your ability to meet potential system requirements.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT/MARKET RESEARCH IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
CECOM SAMD administers and manages FMS cases including requirements for Partner Nation (PN). CECOM SAMD’s goal is to satisfy customer country requirements for One Thousand (1,000) AN/PVS-14 Night Vision Devices with Accessories and One (1) AN/PVS- 14 Spares Package.
REQUIRED CAPABILITIES
The purpose of this market research/sources sought is to identify interested sources that are certified and able to provide requirements to Kosovo. The equipment shall be delivered via DTC 7.
3.1.1. AN/PVS- 14. The contractor shall deliver One Thousand (1,000) AN/PVS-14 Night Vision Devices (NVDs) including the accessories listed below. The Figure of Merit (FOM) for the NVDs MUST NOT exceed 1600.
QTY ITEM DESCRIPTION
1 Carrying Case
1 Compass Assembly
1 Demist Shield Assembly
1 Head mount Assembly
1 Monocular Assembly
1 Plastic Bag
1 Sacrificial Window
1 Eye guard
1 Shipping/Storage Case
1 Strap, Shoulder Assembly
1 Weapon Mount
1 Compass Assembly
1 Retainer Cord
1 Head/Helmet Mount Adapter
1 Lens Paper Type I Class I
1 Quick Reference Guide
1 Set of Batteries
1 Operator Manuals (FMS compliant)
3.1.2. Spares. The contractor shall deliver One (1) AN/PVS-14 Spares Package each consisting of:
QTY ITEM DESCRIPTION
500 Paper, Lens
10 Halo Max
100 Battery Housing Assembly
100 Battery Cap, Diamond Knurl
40 Knob, Variable Gain
20 Retainer, Tube
20 Locking Ring, Eyepiece
20 Mount, Eyepiece
20 Ring, Focus
20 Snap Ring
20 Plate, Indicator
60 Window, Sacrificial
40 Strap, Shoulder
60 Cord, Neck
40 Screw, Purge Seal
60 O-Ring, Special
60 Cap, Lens
20 Close Focus Stop
60 O-Ring
40 Knob Assy, Switch
60 Eyecup
15 Case, Carrying, Soft
60 Monoc Hsg Assy W/O Govt Marking
15 Objective Lens Assy
20 Head/Helmet Mount Adapter Assy
15 Eyepiece Lens Assy
100 Demist Shield Assy
20 Eyecup Adapter
60 O-Ring, 40 Durometer
40 Set Screw
40 Light Pipe
40 Lock Ring, Objective
60 O-Ring
60 O-Ring
120 Screw
18 Opr Manual, F6015 Sngl Bat
10 Headmount Assembly
15 Browpad Assembly Thin
15 Browpad Assy, Medium
15 Browpad Assy, Thick
5 Cell Assy, Eyepiece
Request responses MUST include Rough Order of Magnitude (ROM) price and availability (P&A) information for the equipment described. If the customer has not yet identified system quantity requirements, request the P&A estimate provide single unit costs and costs for multiple units if the estimate includes quantity discounts.
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have a security classification level of Unclassified. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.
ELIGIBILITY
NAICS code: 333310, Commercial and Service Industry Machinery Manufacturing
Product Service Code (PSC): 5585
Federal Supply Code: 13.4, Electronic & Communication Equipment — Night Vision Eq
SUBMISSION DETAILS
Interested sources should furnish the following information, in the format provided below: (1) Name and address of company, with Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) number. Any interested company must be registered with Central Contractor Registration (CCR). (2) Point of Contact Name, Department, phone number, and email address. (3) Identify past and current services your company offers that exactly match the capabilities specified above. (4) Address your company's capability to act as a single provider for the hardware and services defined herein. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No phone or email solicitations with regards to the status of any resulting request for proposal (RFP) will be accepted prior to its release.
Your response to this Sources Sought, including any capabilities statement(s), shall be electronically submitted to Contract Specialist, Andrew W. Kelly, in either Microsoft Word or Portable Document Format (PDF), via email andrew.w.kelly.civ@army.mil no later than 4:00p.m. Eastern Daylight Time (EDT) on 11 April 2024. Reference this sources sought/synopsis number in the e-mail subject line and on all enclosed documents. Responses shall include documented capability to deliver required systems and services. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
The deadline for submitting questions is 5 April 2024 no later than 4:00p.m. Eastern Daylight Time (EDT). Please see the spreadsheet KV-B-UBQ_PVS-14_Spares_NSNs for a list of NSNs or part numbers and is offered to help collect ROM cost.
Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
- ABERDEEN PROVING GROUND, MD 21005-5001
Primary Point of Contact
- Name: Andrew W. Kelly
- Email: andrew.w.kelly.civ@army.mil
Secondary Point of Contact
- Name: Lonny J. Matesky
- Email: Lonny.j.matesky.civ@army.mil
Attachments/Links
Contact Information
Contracting Office Address
- DIVISION D 6515 INTEGRITY COURT
- ABERDEEN PROVING GROU , MD 21005-5001
- USA
Primary Point of Contact
- Andrew W. Kelly
- andrew.w.kelly.civ@army.mil
Secondary Point of Contact
- Lonny J. Matesky
- lonny.j.matesky.civ@army.mil
History
- May 03, 2024 11:55 pm EDTSources Sought (Updated)
- Apr 11, 2024 02:31 pm EDTSources Sought (Updated)
- Mar 28, 2024 07:07 am EDTSources Sought (Updated)
- Mar 15, 2024 11:31 am EDTSources Sought (Updated)
- Mar 11, 2024 09:48 am EDTSources Sought (Original)