Spotting Instrument
ID: W912CH-24-R-0042Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment to Solicitation W912CH-24-R-0042 outlines critical security requirements for contractors. It mandates adherence to the TACOM OPSEC Plan and the designation of an OPSEC Level I Coordinator. New contractor employees must complete Level I OPSEC training within 30 days of reporting and annual awareness training thereafter, providing proof of completion. Additionally, all Department of the Army (DA) personnel, including contractors, must complete Counterintelligence Awareness and Reporting (CIAR) training within 30 days of assignment and annually. Specific DA personnel, such as those traveling to high-threat countries, with security clearances, deploying, engaging with foreign governments, or in sensitive roles like IT professionals, require in-person CIAR briefings. The amendment also details accessing the Technical Data Package (TDP) via SAM.gov, emphasizing export control regulations and the requirement for a current DD 2345. Engineering exceptions, including updates to specific notes and packaging references, are also incorporated. All other terms of the original solicitation remain unchanged.
    This government solicitation (W912CH-24-R-0042) is a 100% Small Business Set-Aside, Firm Fixed Price contract for the procurement of 178 "Spotting Instruments" (NSN: 6650-01-549-5838, Part Number: 13016120), with an option for an additional 178 units. Offers must be for the total quantity, with only one award to be made. Key requirements include a First Article Test Report (FATR) within 270 days after award, and delivery of the instruments within 420 days (or 150 days if FAT is waived). The solicitation outlines specific packaging and marking instructions, including military preservation levels and passive RFID tagging. Access to the Technical Data Package (TDP) is restricted to offerors with a current DD 2345 certification, and it resides on SAM.gov. Detailed engineering exceptions to various drawing notes are provided. The contract also specifies inspection and acceptance at the origin, and mandates unique item identification and valuation for delivered items.
    Lifecycle
    Title
    Type
    Spotting Instrument
    Currently viewing
    Solicitation
    Similar Opportunities
    Counter Box Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of 13 units of Counter Box Assembly (NSN: 1240-01-486-0293, P/N: 12984734) under a total small business set-aside contract. This Firm Fixed Price contract includes an option for an additional 13 units and requires a First Article Test Report to be submitted within 60 days post-award, with production deliveries expected 390 days after the award to Anniston, Alabama. The solicitation emphasizes compliance with various standards, including ISO 9001:2015, and mandates specific packaging and marking requirements. Interested small businesses must submit their offers via email to Rosanna Madigan by December 5, 2025, at 1:00 PM, following the extension from the original deadline of November 10, 2025. For further details, including access to Technical Data Packages, bidders are encouraged to visit SAM.gov.
    EYE PIECE ASSEMBLY, OPTICAL INSTRUMENT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking suppliers for the procurement of an Eyepiece Assembly for optical instruments, identified by NSN 1240-01-131-0321 and part number 12309652. The requirement includes a basic quantity of 25 units, with an option for an additional 25 units, and will be awarded as a Firm-Fixed-Price contract with delivery to a designated destination. This optical equipment is crucial for military applications, emphasizing the importance of precision in sighting and ranging operations. Interested vendors must ensure they are certified under the United States/Canada Joint Certification Program (JCP) to access the Technical Data Package (TDP) and should prepare for a solicitation notice expected to be posted on or around November 14, 2025. For further inquiries, potential bidders can contact Alexandra Stone at alexandra.stone@dla.mil or by phone at 586-230-7255.
    Sources Sought_M2A2 Aiming Circle
    Buyer not available
    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.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Buyer not available
    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.
    Assembly, Elevation Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified vendors for the production of the "Assembly, Elevation Bar" (NSN 1260-01-591-9280, Part No. 13046624), which is a component of the M205 system. This opportunity is part of a potential two-year Firm-Fixed Price contract, with the government looking for both small and large businesses capable of fulfilling this requirement, including the provision of a technical data package (TDP) that is export-controlled. Interested parties are encouraged to respond to a voluntary survey detailing their manufacturing capabilities, lead times, and quality management systems, with submissions due by December 12, 2025, at 1:00 P.M. EST, directed to Richard Hall via email at Richard.G.Hall64.civ@army.mil. This notice serves for planning purposes only and does not constitute a request for proposals or a commitment to contract.
    10--ARM,SIGHT EXTENSION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Arm, Sight Extension (NSN 1015009087342). The requirement includes a total of four units to be delivered within 140 days after order placement, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These items are critical for military operations, falling under the category of small arms and ordnance accessories manufacturing. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.
    28--SIGHT,GLASS ASSEMBL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 77 units of the SIGHT, GLASS ASSEMBL, identified by NSN 2815011798735. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of 11 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of reliable supply chains for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    10--TRAVERSE,ADJUSTING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the TRAVERSE, ADJUSTING (NSN 1005131169110). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of these components in military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can reach out to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.