Direct View Optics, Aiming Lasers, and Mounting Hardware
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 US Army Contracting Command - New Jersey (ACC-NJ), on behalf of Project Manager Soldier Lethality (PM SL), is conducting a market survey (Sources Sought) to identify sources for Direct View Optics, Aiming Lasers, and Mounting Hardware. These products are intended for use on shoulder-fired weapon systems within the Close Combat Force. The government is seeking information from companies with Technology Readiness Level 9 (TRL 9) products that are currently in production. Responses are due by April 3, 2026, at 6:00 PM ET.
Purpose & Scope
This market survey aims to identify industry capabilities for direct view optics and aiming lasers that aid Riflemen and Automatic Riflemen in engaging targets up to 600m. Products must be rugged, survive weapon pyro-shock, and conform to MIL-STD-810 environmental conditions.
Direct View Optics must be mountable on MIL-STD-1913 Picatinny Rail, with magnification ranging from 1x to 10x (e.g., red dot sights with magnifiers, low-power variable optics). They should allow for protective eyewear and interface with laser protection filters/anti-reflective devices.
Aiming Lasers must be mountable on MIL-STD-1913 Picatinny Rail or M-LOK, providing visual aiming, infrared aiming, and an illuminator flood light. IR components must be compatible with I2 night vision devices, offering eye-safe and high-power (no greater than 3B) settings.
Information Requested
PM SL desires detailed product information, including:
- Monthly current and potential ramp production capacity (for orders of 5,000 to 30,000 units).
- On-hand quantity and expected delivery schedule projections.
- Detailed component list with country of origin and assembly location.
- Supply chain risk and lead times.
- Battery requirements, operational run time, laser safety data, and survivability/ruggedization data.
- Operator manuals, warranty, and repair instructions.
Vendors should also provide company details (name, address, POC, business size, CAGE/DUNS, SAM.gov UEI, traditional/non-traditional status, major partners, work location), product descriptions, and commerciality information.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Set-Aside: None specified (information gathering stage)
- Response Due: April 3, 2026, 6:00 PM ET
- Published: March 13, 2026
Important Notes
This is for information only and is not a Request for Proposal or a commitment to award a contract. The government will not award a contract based on this notice. No telephone inquiries will be accepted; all questions must be submitted via email. Proprietary data will be protected. Respondents will not be notified of market survey results.