M320 GRENADIER SIGHTING SYSTEM (GSS)
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 - New Jersey, on behalf of Project Manager Soldier Weapons (PM SW), is issuing a Request for Information (RFI) to survey the market for potential prime contractors for the M320 Grenadier Sighting System (GSS). This RFI is for market research purposes only and is not a Request for Proposal (RFP) or a commitment by the U.S. Government. Responses are due by March 11, 2026, at 4:00 PM EST.
Scope of Work
The Army seeks firms with capabilities and interest in developing and producing the GSS. Desired design and performance characteristics are detailed in the attached document, "GSS AR-PD-176 12Oct2016." Key requirements for the GSS include:
- Optical Requirements: Unity magnification, high image quality, severe abrasion resistance, and specific transmission percentages.
- Aiming References: Encoded or incremental references marked numerically, configured for M320 grenade launcher ballistics, spanning at least 50 meters.
- Ballistic Solutions: Must provide 15 ballistic solutions (6 for M433/M781, 9 for future ammunition), with a configuration selector and updatable firing tables/firmware.
- Data Transmission: A miniature combined auxiliary power and serial communication port for broadcasting range, atmospheric temperature, and barometric pressure.
- Reticle: Illuminated ballistic aiming pattern with specific features, red hue, and visibility with night vision devices.
- Night Capability: Requires an IR aiming laser and IR floodlight with multiple modes.
- Survivability: Stealth signature, inaudible sound, battery or passive power source (96 hours mission run time), sleep mode, and durability under various environmental conditions (drop, vibration, sealing, temperature extremes, humidity, thermal shock, salt fog, sand/dust).
- Physical Requirements: Maximum weight of 11 oz with batteries, maximum size of 16 cubic inches, and Coyote color (approx. color no. 20150).
- Operability: Must be operable by soldiers wearing MOPP IV gear and cold weather clothing, free of sharp edges, and have accessible switches for both right and left-handed shooters without requiring tools.
- Reliability: Specifies Mean Rounds Between Essential Function Failure (MRBEFF) for Class III (1500 rounds) and Class I & II (200 rounds) malfunctions.
Interested companies should provide business information (Company Name, Address, CAGE, DUNS, NAICS, Small Business Type(s), POC, contact info, Web page URL, Teaming partners) and for each candidate GSS model: brochures, specifications, environmental performance data, off-the-shelf/development status, availability date, and cost.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified
- Response Due: March 11, 2026, 4:00 PM EST
- Published: February 18, 2026
Evaluation
This is a market survey; no award will be made as a result. Responses will inform future acquisition strategies. Not responding does not preclude participation in any future RFP. The Government will not pay for information or costs incurred.
Additional Notes
No telephone inquiries will be accepted. Written questions should be submitted via email to Contract Specialist Renee Papadopoulos (renee.a.papadopoulos.civ@army.mil) and Contracting Officer Megan Sloan (megan.e.sloan2.civ@army.mil). Responses and questions will be posted through SAM.gov.