Third Generation Forward Looking Infrared (3GEN FLIR) Dewar Cooler Bench (DCB)
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 Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the US Army Product Manager Ground Sensors for the Third Generation Forward Looking Infrared (3GEN FLIR) Dewar Cooler Bench (DCB). This Request for Information (RFI) aims to identify potential sources and assess industrial base capabilities for a competitive, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract strategy. Responses are due by 5:00 PM EST on May 15, 2026.
Scope of Work
The DCB is an assembly integrating a dual-band infrared focal plane array (FPA) (HD 1280x720P Mid-Wave IR and Long-Wave IR), an in-dewar variable aperture mechanism, and control electronics for the FPA, variable aperture, B-Kit communications, video output, and cooler, all mounted on a mechanical bench. The DCB will be provided as Government Furnished Property (GFP) for integration into a next higher assembly (B-Kit).
Technical documentation (MIL-PRF-A3381785, MIL-PRF-A3381784, MIL-PRF-A3381783) is Distribution D restricted, authorized for DoD and U.S. DoD contractors only, and subject to export control. A SECRET Clearance is required, at a minimum, for any subsequent Request for Proposal. Foreign participation is excluded.
Qualification & Responsiveness Criteria
Respondents must demonstrate a fully qualified DCB design OR provide a credible plan and timeline to achieve one. A qualified design has successfully completed all Government-required performance and environmental qualification testing. Current production status is not a determining factor for RFI responsiveness but will be used to evaluate readiness for a subsequent contract.
Requested Information
Respondents are asked to provide detailed answers across three sections:
- General Company & Capability Information: Company details (CAGE/DUNS, POC, socioeconomic status), facility/personnel clearances, core competencies, and teaming arrangements.
- Production and Execution Approach: Qualification status of DCB design, production readiness plan (for new entrants), production execution and ramp-up strategy (including for 300+ units/year), obsolescence management, Rough Order of Magnitude (ROM) pricing for various quantities (10-25, 26-50, 51-100, 101-200, 200+), non-recurring cost estimates (for new entrants), and acquisition timeline acceleration strategies (vendor-side and government-side actions).
- Small Business Information: Interest in being a prime, ability to meet subcontracting limitations, anticipated small business status for the next three years, and ability to sustain if not paid for 90 days.
Submission Instructions
White Papers, not exceeding twenty (20) pages (excluding Small Business Questions), should be submitted electronically by 5:00 PM EST on May 15, 2026. Email responses should not exceed 5 MB. Technical documents can be requested by providing CAGE code and purpose to jennifer.s.heath2.civ@army.mil and registering on CMS II (https://www.mycmsportal.com).
Contact Information
For submissions and inquiries, contact Taylor Venanzi (taylor.l.venanzi.civ@army.mil) and Alexis Williams (alexis.r.williams.civ@army.mil).