Third Generation Forward Looking Infrared (3GEN FLIR) Dewar Cooler Bench (DCB)

SOL #: 3GENFLIRDCB-FY26APRSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG CONT CT WASH OFC
ALEXANDRIA, VA, 22331-0700, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Apr 15, 2026
2
Last Updated
Apr 15, 2026
3
Response Deadline
May 15, 2026, 9:00 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 Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Army Product Manager Ground Sensors. This Sources Sought seeks to identify potential sources and assess the industrial base's capability to support a competitive, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Third Generation Forward Looking Infrared (3GEN FLIR) Dewar Cooler Bench (DCB). The goal is to foster competition, reduce lifecycle costs, and ensure a robust industrial base. Responses are due May 15, 2026.

Scope of Work

The DCB is an assembly integrating a Dual Band Infrared Focal Plane Array (FPA) (HD 1280x720P Mid-Wave IR and Long-Wave IR), an In-Dewar Variable Aperture Mechanism, and control electronics for the FPA, variable aperture, B-Kit communications, video output, and cooler, all on a mechanical bench. The DCB will be Government Furnished Property (GFP) for integration into a B-Kit.

Respondents must demonstrate a fully qualified DCB design OR a credible plan and timeline to achieve one. Technical documents (MIL-PRF-A3381785, MIL-PRF-A3381784, MIL-PRF-A3381783) are Distribution D restricted, requiring DoD/U.S. DoD contractor status, CAGE code, statement of purpose, and CMS II registration for access. A SECRET clearance is required for potential future solicitations.

Requested Information

Respondents must submit a White Paper (max 20 pages, excluding SB questions) addressing:

  • General Company & Capability Information: Company details (CAGE/DUNS, POC, socioeconomic classification), facility/personnel clearances, core competencies, and teaming arrangements.
  • Production and Execution Approach: DCB qualification status, production readiness plan (for new entrants), production execution & ramp-up, strategy for high-rate production (300+ units/year), obsolescence management, Rough Order of Magnitude (ROM) pricing for various quantities, and non-recurring cost estimates.
  • Acquisition Timeline Acceleration: Vendor-side and Government-side actions to accelerate readiness for increased production by FY28.
  • Small Business Information: Interest in prime contract, ability to meet subcontracting limitations, anticipated small business status, and ability to sustain non-payment for 90 days.

Contract & Timeline

  • Type: Sources Sought / Market Research
  • Set-Aside: None specified; Foreign participation is excluded.
  • Response Due: May 15, 2026, 4:00 PM EST
  • Published: April 15, 2026

Submission Instructions

Submit White Papers electronically to Taylor Venanzi (taylor.l.venanzi.civ@army.mil) and Alexis Williams (alexis.r.williams.civ@army.mil). Email responses should not exceed 5 MB. Proprietary information will be handled accordingly. This is for planning purposes only and does not constitute a solicitation.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Apr 15, 2026
View
Version 1Viewing
Sources Sought
Posted: Apr 15, 2026