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 for Commercial Equivalent AN/PVS-14 Night Vision Devices (NVDs), including extended warranties, accessories, test sets, and tool sets. This acquisition, under solicitation number W91CRB-26-R-5002, fulfills a Foreign Military Sales (FMS) requirement for Lithuania. This is Step One of a two-step sealed bidding process. Technical Proposals are due April 9, 2026, at 4:00 PM EDT.
Scope of Work
This opportunity requires the provision of:
- 3,535 Commercial equivalent AN/PVS-14 NVDs with standard accessories and a 12-month warranty. NVDs must be new, unused, MIL-STD-810 compliant, multifunctional, and compatible with existing Lithuanian Armed Forces equipment. White image intensifier tubes must be U.S. made.
- 3,535 AN/PVS-14 accessories packages, including various caps, covers, mounts, and carrying cases.
- Two (2) Test Sets Hoffman ANV/126A.
- Two (2) AN/AVS-6&9 Specialized Tool Sets.
- The contractor must be a manufacturer or authorized reseller, provide proof, and have an authorized service center in the European Union with at least two manufacturer-trained specialists for warranty repairs. A minimum one-year no-cost warranty is required.
- Items costing $5,000 or more, or government serial numbered items, require Item Unique Identification (IUID) marking.
- Packaging must comply with ASTM D 3951-18 and MIL-STD-129R, including specific Wood Packaging Material (WPM) and ISPM 15 requirements.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: Delivery dates range from September 30, 2026, to September 30, 2029, depending on the CLIN.
- NAICS Code: 333310 (Commercial and Service Industry Machinery Manufacturing)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Cybersecurity: Offerors must meet Cybersecurity Maturity Model Certification (CMMC) Level 2, as cited in DFARS provision 252.204-25 and clause 252.204-21. Failure to provide CMMC UIDs and confirmation will result in ineligibility.
- FOB: Origin. Inspection and Acceptance will be at Origin for hardware. Partial shipments are not allowed, but accelerated deliveries are authorized and encouraged.
Submission & Evaluation
- This is a two-step sealed bidding process. Step One requires Technical Proposals ONLY; pricing information is strictly prohibited at this stage.
- Offerors must include completed copies of FAR 52.212-3, FAR 52.204-24, and FAR 52.204-26.
- Only offerors with technically acceptable proposals will be invited to Step Two to submit pricing proposals, with one week provided for submission.
- Evaluation will be based on Technical (meeting specifications) and Past Performance. The Government intends to award without negotiations.
Deadlines
- Questions Due: March 30, 2026, 4:00 PM EDT
- Technical Proposals Due: April 9, 2026, 4:00 PM EDT
Additional Notes
All solicitation documents are available exclusively on SAM.gov. Contractors must be registered and active in SAM to be considered for an award. An email confirmation from the government is required for proposal submission to be considered complete. Amendment 0001 provides answers to vendor questions and reminds offerors to acknowledge all amendments.