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 Infrared Industrial Cameras (NSN 6635-01-699-0665). This effort aims to determine potential sources for future procurement. Responses are due March 6, 2026, by 3:00 PM EST.
Scope of Work
The Government seeks parties interested in and resourced to support NSN 6635-01-699-0665, Camera, Infrared, Industrial. The item is currently manufactured by Avon Protection Systems Incorporated (CAGE 1LEW5) under part number MI-TIC-S-3 USN. Potential sources must be capable of furnishing all labor, materials, facilities, and equipment for new manufacture, including procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, capabilities in supply chain management, logistics planning, forecasting production, long-lead time parts procurement, diminishing manufacturing sources, and material shortage issues are desired. The estimated annual quantity is 865 units.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 334519
- Set-Aside: None specified (market research stage); potential for Small Business or Full and Open Competition based on responses.
- Response Due: March 6, 2026, 3:00 PM EST
- Published: February 6, 2026
Evaluation
Market information will be evaluated to ascertain potential market capacity to provide services consistent in scope and scale, secure and apply corporate resources, implement successful project management (including compliance, cost containment, performance tracking, personnel, and risk mitigation), and provide services under a performance-based service acquisition contract. The results will inform the method of procurement.
Additional Notes
This is not a solicitation, and submission of information is voluntary. The government assumes no financial responsibility for costs incurred. Telephone inquiries will not be accepted. Responses should include organization details and tailored capability statements, addressing subcontracting/teaming if applicable. Submissions must be emailed to Cassandra Blagmon (Cassandra.Blagmon@dla.mil).