AN/PVS-14 NIGHT VISION DEVICES (NVDS)
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 U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is soliciting for 922 AN/PVS-14 Night Vision Devices to fulfill a Foreign Military Sales (FMS) requirement for the country of Georgia. This is a Total Small Business Set-Aside for a Firm Fixed Price (FFP) contract, with award based on Lowest Price Technically Acceptable (LPTA). Proposals are due April 9, 2026.
Scope of Work
This requirement is for the procurement of 922 AN/PVS-14 Monocular Night Vision Devices. Key technical specifications include:
- White Phosphor Tubes
- Image intensifier tubes conforming to U.S. Military Specifications (MILSPEC)
- Figure of Merit (FOM) no less than 1400 and not exceeding 1600
- 100% of image intensifiers must pass Group A testing; Group B, C, and D lot testing must meet U.S. MILSPEC acceptance standards.
- The case is subject to Enhanced End Use Monitoring (EEUM).
- Standard Practice for Commercial Packaging ASTM D 3951-18.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 333310 (Commercial and Service Industry Machinery Manufacturing), Size Standard: 1000 employees
- Period of Performance: Delivery expected by July 6, 2027.
- Proposal Due: April 9, 2026, 2:00 PM EST
- Questions Due: March 19, 2026, 2:00 PM EST
- Published: March 9, 2026
Evaluation
Award will be made to a single offeror based on the Lowest Price Technically Acceptable (LPTA) evaluation approach, in accordance with FAR 12.203. The Government intends to award a contract without negotiations.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) database and include their Unique Entity Identification code. Required submissions include a completed copy of FAR provisions 52.212-3, 52.204-24, and 52.204-26. Offerors must also meet Cybersecurity Maturity Model Certification (CMMC) level requirements as cited in DFARS 252.204-25 and 252.204-21, and provide CMMC unique identifier(s) (CMMC UIDs). FOB Origin; vendors must contact the cognizant Defense Contracting Management Agency (DCMA) office for shipping instructions. All correspondence must include both Angela H. McFillin (angela.h.mcfillin.civ@army.mil) and Aqua M. Jefferson (aqua.m.jefferson.civ@army.mil).