Commercial Equivalent AN/PVS-14 Night Vision Devices (NVD)
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 Department of the Army is soliciting Technical Proposals ONLY for Commercial Equivalent AN/PVS-14 Night Vision Devices (NVDs), accessories, test sets, and tool sets. This is a Foreign Military Sales (FMS) requirement for Lithuania. The acquisition is conducted via a two-step sealed bidding process. Technical Proposals are due April 9, 2026.
Scope of Work
This requirement is for 3,535 commercial equivalent AN/PVS-14 NVDs, including a 24-month extended warranty, standard accessories, Hoffman ANV/126A Test Sets, and AN/AVS-6&9 Specialized Tool Sets. NVDs must be new, unused, MIL-STD-810 compliant, and multifunctional. Key technical specifications include a Figure of Merit (FOM) between 2000-2200, white phosphor (green is unacceptable), and U.S.-made white image intensifier tubes. The contractor must be a manufacturer or authorized reseller and provide proof, along with having an authorized service center in the European Union. Partial shipments are not allowed.
Contract & Timeline
- Type: Firm Fixed Price, Two-Step Sealed Bidding (Step One: Technical Proposals Only)
- NAICS: 333310 (Commercial and Service Industry Machinery Manufacturing)
- Set-Aside: Unrestricted (Not a Small Business Set Aside, as per Amendment 0002)
- Questions Due: March 30, 2026, 4:00 PM EDT
- Technical Proposals Due: April 9, 2026, 4:00 PM EDT
- Delivery Dates: Range from September 30, 2026, to September 30, 2029, depending on CLIN.
Submission & Evaluation
Offerors must submit Technical Proposals ONLY in Step One; pricing information is strictly prohibited. Proposals must include completed FAR 52.212-3, FAR 52.204-24, and 52.204-26. Cybersecurity Maturity Model Certification (CMMC) Level 2 compliance is mandatory, and failure to provide CMMC UIDs and confirmation will result in ineligibility. Only technically acceptable proposals will be invited to Step Two to submit pricing. Evaluation will be based on Technical compliance (meeting specifications) and Past Performance. The Government intends to award without negotiations.
Additional Notes
Contractors must be registered and active in SAM.gov. All solicitation documents are available exclusively through SAM.gov. Offerors are responsible for monitoring the website for amendments. The primary point of contact is Rem D. Ngo at Rem.d.ngo.civ@army.mil. FOB is at Origin, and inspection/acceptance will be at Origin for hardware.