Market Survey for 2GF Horizontal Technology Insertion Afocal Spare Lens Assembly
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 Defense Logistics Agency (DLA) Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), is conducting a Market Survey (Sources Sought) to identify capable sources for the 2GF Horizontal Technology Insertion (HTI) Afocal Objective Lens Assembly (NSN: 6650-01-676-1468). This market research aims to determine industry capability and potential for small business set-asides. Responses are due by April 8, 2026.
Purpose & Scope
This Sources Sought announcement is for planning and market research purposes only. The Government intends to acquire parts to support the 2GF B-Kit Afocal Assembly, a critical component for night-vision/electro-optical line replaceable units in various platforms. The Afocal acts as a telescope collecting infrared signals. The information gathered will help determine if responsible sources exist, assess competitiveness, and inform future acquisition strategy, including potential small business set-asides.
Key Requirements & Technical Data
The Government possesses a Level 3 (Production) Technical Data Package (TDP) for the parts (P/N: 6439506-1, CAGE: 96214). This TDP is subject to International Traffic in Arms Regulations (ITAR) controls and requires an approved DD2345 (Joint Certification Program - JCP) and a signed Non-Disclosure Agreement (NDA) for access. TDP requests must be submitted to DLA.Aberdeen.SourcesSought@dla.mil within 7 days of the SSA posting date (March 27, 2026). The NDA signee and JCP data custodian should be the same individual.
Response Requirements
Interested sources must demonstrate capability to supply the listed parts or similar items. Responses should include:
- A completed Contractor Questionnaire (available as an attachment), covering company summary, POC, past performance (specifically for NSN 6650-01-676-1468), engineering staff qualifications, test equipment experience, obsolescence management, alternative identification, delivery capability, government preference, product stock, and supply chain concerns.
- Demonstrated capability to supply a qualified item; non-recurring engineering funding is not available.
- Company name, CAGE code, and a technical point of contact with email and telephone number.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Set-Aside: None specified; purpose is to determine potential for Small Business set-aside.
- Response Due: April 8, 2026
- Published: March 27, 2026
Points of Contact
- Technical POC: Richard Rossman (richard.p.rossman2.civ@army.mil)
- Secondary POCs: Jennifer Fefel (jennifer.l.fefel.civ@army.mil), Sharon Levine (sharon.a.levine.civ@army.mil)
- Small Business Office: DLA.Land.and.Maritime.Small.Business.Office@dla.mil
- TDP Requests: DLA.Aberdeen.SourcesSought@dla.mil
Additional Notes
This is not a Request for Quote or Proposal, and the Government will not award a contract based on this announcement or reimburse response costs. No phone inquiries will be accepted; all requests for information must be submitted via email.