66- CAMERA, INFRARED, INDUSTRIAL
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 Defense Logistics Agency (DLA) Aviation-Richmond is conducting market research via a Sources Sought notice to identify companies capable of manufacturing or legitimately obtaining NSN 6635-01-699-0665, Camera, Infrared, Industrial. This effort aims to determine potential sources for an estimated annual quantity of 865 units. Responses are due by February 13, 2026, 3:00 pm EST.
Scope of Work
Potential sources must be capable of new manufacture, which includes procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, responsibilities may encompass supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources, material shortage issues, and shipping serviceable assets. The current manufacturer is Avon Protection Systems Incorporated (CAGE 1LEW5) under part number MI-TIC-S-3 USN. Technical Orders and Qualification Requirements are not available.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 334519
- Set-Aside: To be determined based on market research (potential for Small Business set-aside or Full and Open Competition).
- Response Due: February 13, 2026, 3:00 pm EST
- Published: February 10, 2026
Evaluation
The government will evaluate market information to assess potential capacity to:
- Provide services consistent in scope and scale.
- Secure and apply corporate financial, human capital, and technical resources.
- Implement a successful project management plan (compliance, cost containment, performance tracking, key personnel, risk mitigation).
- Provide services under a performance-based service acquisition contract.
Submission Instructions
Interested parties should provide:
- Organization name, address, email, website, telephone, size, and type of ownership.
- Tailored capability statements with documentation supporting claims of organizational and staff capability. Address administrative and management structure for significant subcontracting/teaming. Submissions must be emailed to Cassandra Blagmon (Cassandra.Blagmon@dla.mil). This is not a request for proposals, and the government assumes no financial responsibility for costs incurred.