Gimbaled High Definition Electro-Optic Infrared (EO/IR) Sensor Replacement
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 Department of the Army is conducting market research through a Request for Information (RFI) for a Gimbaled High Definition Electro-Optic Infrared (EO/IR) Sensor Replacement. This RFI seeks Commercial-Off-The-Shelf (COTS) solutions to support ground-based U.S. Army Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR), Force Protection and Security (FPS) missions. The goal is to identify cost-effective alternatives with potential for performance and lifecycle cost savings. Responses are due by Close of Business (COB) on March 16, 2026.
Purpose & Scope
Project Manager (PM) Terrestrial Sensors (TS) is seeking information on COTS Gimbaled HD EO/IR Sensor replacements. The sensor must be capable of Organizational and Depot Level maintenance. This RFI aims to evaluate potential solutions for expected performance and lifecycle costs. If cost savings are identified, PM TS may proceed with a more extensive evaluation. The specifications of interest are detailed in a Controlled Unclassified Information (CUI) document, "FPS Tower Sensor Replacement_ CUI Annex attachment," available upon request to neal.h.dedicatoria2.civ@army.mil after demonstrating a valid need.
Information Requested
Respondents are asked to provide:
- Company Information: Contact details, company name, incorporation date, years in business, employees, location, CAGE Code, Unique Entity ID, website, and email.
- Technical Information: Technology capabilities, system performance, technical parameters, Size, Weight, Power, and Cost (SWAP-C), interoperability (including API), all-weather/day/night performance, expected maintenance (MTBF, MTTR), and ability to repair without OEM return.
- Technical Experience: Past support for similar missions, including customer names, POCs, contract numbers, and brief descriptions (maximum three customers).
Submission Details
- Response Due: COB on March 16, 2026.
- Format: Electronic response, maximum 20 pages (8.5" x 11", 12-point Arial font, 1-inch margins). Files must be Microsoft Word (2013+) or PDF, under 15MB.
- Submission: Email one electronic copy to Briana Murphy (
brianna.h.murphy2.civ@army.mil) and Sabin Joseph (sabin.a.joseph.civ@army.mil). - Subject Line:
FPS BETSS-C and G-BOSS(E) Systems Tower EO/IR Sensor Replacement. - CUI Submissions: Must be sent encrypted via DoD SAFE. Contact Briana Murphy for a drop link.
- Questions: Submit technical and contracting questions via email to Briana Murphy and Sabin Joseph by 1400 EST on March 16, 2026. Questions will be published non-attribution on SAM.gov.
Important Notes
This is a Request for Information (RFI) for planning purposes only and does not constitute a solicitation or an intent to award a contract. The Government will not reimburse costs associated with preparing responses. Proprietary information must be clearly marked. No classified, confidential, or sensitive information should be included in responses. There is no set-aside designation for this RFI.