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) for Direct View Optics, Aiming Lasers, and Mounting Hardware. This initiative seeks to identify sources for shoulder-fired weapon systems for the Close Combat Force. Responses are due by April 3, 2026, 6:00 PM ET.
Purpose & Scope
This Sources Sought notice aims to gather information from interested companies producing Technology Readiness Level 9 (TRL 9) direct view optics, aiming lasers, and scope rings/mounting hardware that are currently in production and potentially commercially available. The products are intended for use on shoulder-fired weapon systems (rifles, carbines, automatic rifles) within the Close Combat Force.
Direct View Optics must be MIL-STD-1913 Picatinny Rail mountable, with magnification ranging from 1x to 10x, capable of engaging targets up to 600m. They must be rugged, survive weapon pyro-shock, conform to MIL-STD-810 environmental conditions, allow for protective eyewear, and provide interfaces for laser protection filters and anti-reflective devices. Examples include red dot sights with magnifiers, low-power variable optics, and fixed magnified optics.
Aiming Lasers must be MIL-STD-1913 Picatinny Rail or M-LOK mountable, providing visual and infrared aiming lasers, and an illuminator flood light for engaging targets up to 600m. They must be compatible with I2 night vision devices, offer eye-safe and high-power settings (max 3B), survive weapon pyro-shock, be rugged, and conform to MIL-STD-810. Laser Range Finders and remotes are optional.
Information Requested
PM SL requests detailed information including:
- Production Capacity: Monthly current and ramp capacity for orders of 5,000, 10,000, 20,000, and 30,000 units.
- Inventory & Delivery: On-hand quantity and expected delivery schedules.
- Supply Chain: Detailed component lists with country of origin, assembly location, supply chain risk, and lead times.
- Technical Data: Battery requirements, operational run time, laser safety data, survivability/ruggedization data (pyro-shock, environmental, drop, reliability tests), operator manuals, and warranty/repair instructions.
- Commerciality: Information on whether products have been sold/leased/licensed to the public or government, or an explanation if not.
Submission Requirements
Interested firms should submit a Vendor Questionnaire including company details (name, address, POC, business size, CAGE, DUNS, UEI, SAM.gov registration, contractor type, partners/suppliers, work location), product descriptions, and data as outlined above. Submissions should include product informational charts, brochures, sales sheets, product data sheets, digital presentations, case studies, and/or quad charts.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Set-Aside: None specified
- Response Due: April 3, 2026, by 6:00 PM ET
- Published: March 4, 2026
- Contact: Megan Sloan (megan.e.sloan2.civ@army.mil)
Additional Notes
This is for information only and does not constitute a Request for Proposal or a commitment to award a contract. The Government does not intend to award a contract based on this market survey. Offerors are directed not to submit proposals. All information is submitted at no cost or obligation to the Government. Proprietary data will be protected. Respondents will not be notified of the results.