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 proposals for AN/PVS-14 Night Vision Devices (NVDs) to fulfill a Foreign Military Sales (FMS) requirement for the country of Georgia. This is a 100% Small Business Set-Aside for a Firm Fixed Price (FFP) contract. Proposals are due April 9, 2026.
Scope of Work
This solicitation requires the procurement of 922 AN/PVS-14 Monocular Night Vision Devices. Key specifications include:
- White Phosphor Tubes with image intensifier tubes conforming to U.S. Military Specifications (MILSPEC).
- Only USA-made Image Intensifier tubes meeting U.S. MILSPEC are acceptable; foreign-made tubes are not permitted.
- Figure of Merit (FOM) must be between 1400 and 1600.
- 100% of image intensifiers must pass Group A testing; Group B, C, and D lot testing must meet U.S. MILSPEC acceptance standards, applying only to the tubes.
- The "Group D" requirement for 10,000 hours of operations for two tubes means these tubes are built into the price.
- The standard Bill of Materials (BOM) for AN/PVS-14 devices should be included, excluding accessories like eyecups or carrying pouches.
- The case is subject to Enhanced End Use Monitoring (EEUM).
Contract & Timeline
- Contract Type: Commercial Firm Fixed Price (FFP).
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333310 (Commercial and Service Industry Machinery Manufacturing) with a 1000-employee size standard.
- Period of Performance: Delivery expected by July 6, 2027.
- Place of Delivery: TBD, FOB Origin. Vendors will contact DCMA for shipping instructions.
- Questions Due: March 19, 2026, by 02:00 PM EST.
- Proposals Due: April 9, 2026, by 02:00 PM EST.
Evaluation & Submission
Award will be based on Lowest Price Technically Acceptable (LPTA) in accordance with FAR 12.203, with the Government intending to award without negotiations. Offerors must:
- Be registered in SAM.gov and include their Unique Entity Identification (UEI) code.
- Submit completed copies of FAR 52.212-3, 52.204-24, and 52.204-26.
- Meet Cybersecurity Maturity Model Certification (CMMC) level requirements as cited in DFARS 252.204-25 and 252.204-21; failure to provide CMMC UIDs will result in ineligibility.
- Submit proposals via email to Angela H. McFillin (angela.h.mcfillin.civ@army.mil) and Aqua M. Jefferson (aqua.m.jefferson.civ@army.mil), ensuring both are included and an email confirmation is received.