AN/PVS-14 NIGHT VISION DEVICES (NVDS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 for the procurement of 922 monocular NVDs. Award will be a Firm Fixed Price (FFP) contract based on Lowest Price Technically Acceptable (LPTA). Questions are due by March 19, 2026, and proposals are due by April 9, 2026.
Scope of Work
This solicitation, W91CRB-26-R-5006, requires the procurement of 922 AN/PVS-14 Monocular Night Vision Devices for FMS case GG-B-UDY for Georgia. The devices must feature White Phosphor Tubes, with image intensifier tubes conforming to U.S. Military Specifications (MILSPEC) and manufactured only in the USA. The Figure of Merit (FOM) must be between 1400 and 1600. All image intensifiers must pass Group A testing, with Group B, C, and D lot testing meeting U.S. MILSPEC acceptance standards. The case is subject to Enhanced End Use Monitoring (EEUM).
Key Requirements & Clarifications
- Image Intensifier Tubes: Must be USA-made and conform to U.S. MILSPEC. Testing (A, B, C, D) applies only to the tubes.
- Authorized Resellers: Non-OEM offerors must provide documentation proving authorized reseller/distributor status.
- Product Documentation: Quotes must include commercial part numbers and detailed technical data sheets.
- Cybersecurity Maturity Model Certification (CMMC): CMMC Level 2 (C3PAO) compliance is mandatory at the time of quote submission for both prime and all subcontractors/suppliers. Confirmation after submission will not be accepted.
- ITAR Export License: An ITAR export license is required prior to contract award; proof of application or approval must be submitted with the quote.
- Bill of Materials (BOM): Only the standard AN/PVS-14 BOM should be included; accessories like LIFs, eyecups, or carrying pouches are excluded.
- Delivery: Delivery is expected by July 6, 2027. Inspection and acceptance are at origin (FOB Origin); vendors will contact DCMA for shipping instructions.
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 & Deadlines
- Questions Due: March 19, 2026, by 02:00 PM EST. Submit to Angela H. McFillin (angela.h.mcfillin.civ@army.mil) and copy Aqua M. Jefferson (aqua.m.jefferson.civ@army.mil).
- Proposals Due: April 9, 2026, by 02:00 PM EST. Submit via email to Angela H. McFillin (angela.h.mcfillin.civ@army.mil) and copy Aqua M. Jefferson (aqua.m.jefferson.civ@army.mil). An email confirmation from the contract specialist or contracting officer is required for submission.
- Required Documents: Offerors must be registered in SAM.gov (include UEI) and submit completed FAR 52.212-3, 52.204-24, and 52.204-26.
Contact Information
- Primary: Angela H. McFillin, angela.h.mcfillin.civ@army.mil
- Secondary: Aqua M. Jefferson, aqua.m.jefferson.civ@army.mil