Sources Sought for Overhaul of the Turret, Assembly, Infrared
ID: W58RGZ-26-R-0028Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION (5855)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is conducting a sources sought announcement to identify potential sources for the overhaul of the Turret, Assembly, Infrared. The procurement aims to assess the feasibility of a competitive acquisition for a minimum of 30 and a maximum of 160 units, which includes a Foreign Military Sales quantity of 26 units, with the applicable NAICS code being 334511. The Turret, Assembly, Infrared is crucial for military operations, and currently, Teledyne FLIR Defense, Inc. is the only known approved source for its overhaul. Interested parties must submit their capabilities and business information via email to Maggie Bevis by December 29, 2025, referencing the sources sought number in the subject line.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    NEXTGEN FLIR Replacement
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is conducting market research for the NEXTGEN FLIR Replacement, specifically seeking sources for improved rotary wing electro-optical sensor systems. The objective is to identify potential suppliers capable of providing non-developmental airborne turreted sensor systems that meet the Government's System Performance Specification (SPS), which is controlled unclassified information subject to U.S. export controls. This procurement is critical for enhancing operational capabilities in night vision and surveillance applications. Interested parties must submit their statements of interest and qualifications by January 12, 2026, to Ms. Julia Kennedy at julia.a.kennedy.civ@socom.mil, with no obligation for the Government to issue a solicitation based on the responses received.
    Sources Sought_M2A2 Aiming Circle
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a Sources Sought notice to identify qualified contractors for the production of the M2A2 Aiming Circle, NSN: 6675-01-067-0687. This market survey aims to assess the interest and capabilities of potential offerors, both small and large, in manufacturing this critical field surveying set, which plays a vital role in military operations. Interested vendors must respond via email to Ryan Nawrocki or Pamela Cunha by December 18, 2025, at 11:59 PM EST, providing detailed information about their manufacturing capabilities, experience, and compliance with necessary certifications, including the DD 2345 certification for accessing the associated Technical Data Package. Responses are voluntary and should clearly mark any proprietary information.
    IBAS 2.8 with 2nd Gen FLIR Kits, Sole Source to DRS
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals from DRS Network & Imaging Systems, LLC for the procurement of IBAS 2.8 with 2nd Gen FLIR Kits, intended for use with the Bradley Fighting Vehicle. The DLA requires pricing for a Best Estimated Quantity (BEQ) of 229 units for Fiscal Year 2026 and 148 units for Fiscal Year 2027, with proposals needing to include firm-fixed pricing and comprehensive cost data compliant with federal regulations. This procurement is critical for enhancing the operational capabilities of military vehicles, ensuring they are equipped with advanced detection and imaging systems. Proposals are due by January 30, 2026, with all communications directed to Anna Phillips at anna.phillips@dla.mil.
    58--THERMAL IMAGING SYS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair and modification services for thermal imaging systems under a presolicitation notice. The requirement includes 23 units of NSN 7H-5855-014991240, with delivery terms set to FOB origin, and it has been determined that the government does not own the necessary data or rights for alternative sourcing, making reverse engineering uneconomical. These thermal imaging systems are critical for night vision applications, underscoring their importance in defense operations. Interested parties are encouraged to contact Ethan Lentz at (717) 605-2892 or via email at ETHAN.K.LENTZ.CIV@US.NAVY.MIL to express their interest and capability, with a 45-day window for proposal submissions following the notice publication.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    SUGV CHASSIS,QUAD V
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for a one-time purchase of the SUGV Chassis, Quad V (NSN 1385-01-659-6533). Interested suppliers must provide information to become an approved source for this item, which is currently manufactured by Teledyne FLIR Unmanned Ground Systems, Inc. The procurement is critical for supporting military operations, and suppliers are encouraged to complete the attached market survey detailing company capabilities, item characteristics, and pricing data by the deadline of 1:00 PM EST on December 18, 2025. For further inquiries, interested parties may contact Garrison Ball at garrison.ball@dla.mil or by phone at 614-692-8861.
    Right Assembly, M24
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Detroit Arsenal (ACC-DTA), is conducting a market survey to identify qualified contractors for the production of the M24 Right Assembly (NSN 2840-01-615-5146, Part No. 13036424). This procurement aims to gather information on the capabilities and interest of potential offerors, as the Army seeks to establish a five-year contract for this critical component used in military applications. Interested vendors are required to respond to a voluntary survey detailing their company profiles, manufacturing experience, and compliance with specific requirements, including First Article Testing (FAT). Responses must be submitted via email to Brandy Sanford by December 24, 2025, at 1300 EST, and should include any proprietary information clearly marked.
    MANUAL DRIVE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of a Manual Drive Assembly, specifically NSN 1015-01-694-6779, as part of a total small business set-aside initiative. The requirement includes a quantity of 168 units, with an option for an additional 168, to support the Abrams Tank program, highlighting the critical role of this component in military operations. Interested vendors must provide their company details, including size status and capability statements, by submitting inquiries to the primary contact, Tania Lawson-Henderson, at TANIA.LAWSON-HENDERSON@DLA.MIL, before the deadline of August 20, 2025. This request for information (RFI) is intended to identify potential suppliers and does not constitute a commitment to procure.
    ACCESSORY PORT MANI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime in Albany, is seeking proposals for the procurement of 10 units of the Accessory Port Mani, identified by NSN 1385-01-676-6360. This item is a sole source requirement from Teledyne FLIR (CAGE 7KJ69) and will be solicited under FAR Part 15, Contracting by Negotiations, with a delivery requirement of 30 days. The solicitation will be available on DIBBS starting December 29, 2025, and interested suppliers are encouraged to submit their proposals electronically via DIBBS or by email to the Acquisition Specialist, Cerita Sellers, at Cerita.Sellers@dla.mil. Proposals must be in English and in US dollars, with a focus on price, past performance, and delivery for evaluation.