AN/PVS-14 NIGHT VISION DEVICES (NVDS)
SOL #: W91CRB-26-R-5006Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States
Place of Performance
Place of performance not available
NAICS
Commercial and Service Industry Machinery Manufacturing (333310)
PSC
Night Vision Equipment, Emitted And Reflected Radiation (5855)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 9, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 9, 2026, 6:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is soliciting proposals for AN/PVS-14 Night Vision Devices (NVDs) to fulfill a Foreign Military Sales (FMS) requirement for the country of Georgia. This is a Total Small Business Set-Aside. Proposals are due by April 9, 2026, at 02:00 PM EST.
Scope of Work
This solicitation, W91CRB-26-R-5006, requires the procurement of 922 AN/PVS-14 Monocular Night Vision Devices. Key technical specifications include:
- Image Intensifier Tubes: Must be USA-made, conform to U.S. Military Specifications (MILSPEC), and can be white, green, or a combination of phosphor tubes. Green phosphor is acceptable due to supply constraints.
- Figure of Merit (FOM): No less than 1400 and not exceeding 1600.
- Testing: 100% of image intensifiers must pass Group A testing. Group B, C, and D lot testing must meet U.S. MILSPEC acceptance standards, applicable only to the tubes.
- Restrictions: Light Interference Filters (LIFs) and electro-optic countermeasures must not be discussed or released. Only the standard Bill of Materials (BOM) for AN/PVS-14 devices is required; no accessories like eyecups or carrying pouches.
- Other: Subject to Enhanced End Use Monitoring (EEUM). Delivery is expected by July 6, 2027, with FOB Origin.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333310, Commercial and Service Industry Machinery Manufacturing, with a 1000-employee size standard.
- Evaluation: Lowest Price Technically Acceptable (LPTA) in accordance with FAR 12.203. The Government intends to award without negotiations.
Submission Requirements
Offerors must:
- Be registered in SAM.gov and include their Unique Entity Identification code.
- Include completed FAR 52.212-3, 52.204-24, and 52.204-26.
- Provide documentation if not the Original Equipment Manufacturer (OEM) demonstrating authorized reseller status.
- Include commercial part numbers and detailed product specifications/technical data sheets for each offered item.
- Confirm Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) compliance at the time of quote submission for both prime and subcontractors.
- Provide proof of ITAR export license application or approval with the quote submission, as a license is required prior to contract award.
- Submit proposals via email to both Angela H. McFillin (angela.h.mcfillin.civ@army.mil) and Aqua M. Jefferson (aqua.m.jefferson.civ@army.mil). An email confirmation from the contract specialist or contracting officer is required.
Key Dates & Contacts
- Questions Due: March 19, 2026, at 02:00 PM EST.
- Proposal Due: April 9, 2026, at 02:00 PM EST.
- Primary Contact: Angela H. McFillin, Contract Specialist, angela.h.mcfillin.civ@army.mil.
- Secondary Contact: Aqua M. Jefferson, Contracting Officer, aqua.m.jefferson.civ@army.mil.
People
Points of Contact
Angela H. McFillinPRIMARY
Aqua M. JeffersonSECONDARY