Opportunity

SAM #3GENFLIRBKIT-FY26APR

Army Market Research for 3GEN FLIR B-Kit Systems and Components

Buyer

APG Contracting Center

Posted

April 17, 2026

Respond By

May 17, 2026

Identifier

3GENFLIRBKIT-FY26APR

NAICS

334511

The Army Contracting Command-APG Belvoir Division is conducting market research for the manufacture and delivery of Third Generation Forward Looking Infrared (3GEN FLIR) B-Kit systems and components. - Government Buyer: - Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Belvoir Division - On behalf of US Army Product Manager Ground Sensors - Products/Services Requested: - Third Generation Forward Looking Infrared (3GEN FLIR) B-Kit assemblies - Includes Dewar Cooler Bench (DCB) (provided as Government Furnished Equipment) - Optics (afocal, imager) - Circuit card assemblies (CCAs) - Integration into the Thermal Receiver Unit (TRU) - TRU sub-assemblies: Personality Module CCA, Electromagnetic Interference Filter, afocal guard, electrical flexes - Design, development, qualification, and production for both Low-Rate Initial Production (LRIP) and Full Rate Production (FRP) - Technical Requirements: - Compliance with technical documents: MIL-PRF-A3381791, MIL-PRF-A3381789, MIL-PRF-A3381787, MIL-PRF-A3381783, A3315467, A3381792, A3347070, A3381780, MIL-PRF-A3381785, MIL-PRF-A3381784 - SECRET clearance required - Distribution D and export control restrictions apply - No foreign participation permitted - Respondents must demonstrate technical capability, provide evidence of qualified designs, and propose cost reduction and obsolescence management strategies - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Notable Requirements: - Seeking manufacturers, solution providers, and second-source providers - Interested in innovative acquisition strategies - Place of Performance and Delivery: - PM Ground Sensors, Fort Belvoir, VA - Army Contracting Command, APG-Fort Belvoir, VA

Description

1. Introduction and Purpose 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, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this market research has three objectives: To identify potential sources that have the skills, experience, knowledge, and capabilities required to manufacture and deliver Third Generation Forward Looking Infrared (3GEN FLIR) B-Kits. To identify and assess innovative acquisition strategies and business models that can significantly reduce the Government's total lifecycle cost for the B-Kit. The Government is specifically interested in solutions that address the challenges of high unit costs associated with small annual procurements and the long-term risks of component obsolescence. This includes, but is not limited to, solutions involving third-party financing, vendor-managed inventory, and large-scale bulk purchasing arrangements. To identify potential sources capable of serving as a second-source provider to complete the design, development, qualification, and production of the 3GEN FLIR B-Kit. This RFI is intended to gather information that will inform a follow-on acquisition strategy for both Low-Rate Initial Production (LRIP) and Full Rate Production (FRP) quantities. 2. System Description The 3GEN FLIR B-Kit comprises a set of common assemblies, including the Dewar Cooler Bench (DCB) (provided as Government Furnished Equipment (GFE)), optics (afocal, imager), and circuit card assemblies (CCAs). The B-Kit optics collect radiation in the Mid-Wave (MW) and Long-Wave (LW) infrared bands across four fields of view and focus it onto a staring Focal Plane Array housed in the DCB. The B-Kit components are intended to be interchangeable Shop Replaceable Units. The 3GEN FLIR B-Kit provides the ability to detect threats at greater distances under a full spectrum of conflict and battlefield conditions. 3GEN FLIR enhances the platform's effectiveness and survivability by providing greater situational awareness, promoting combat effectiveness, and reducing fratricide. The B-Kit is also integrated into the Thermal Receiver Unit (TRU) as a sub-assembly, which includes a Personality Module CCA, Electromagnetic Interference Filter, afocal guard, and electrical flexes mounted in the TRU mechanical bench. The TRU, B-Kit sub-assemblies, electronic modules, and the DCB, defined under RFI # W909MY-22-C-0023, will be integrated into sight systems for subsequent integration onto host vehicle platforms. The B-Kit provider will be responsible for integrating the GFE DCB into their B-Kit design. The DCB will be provided as GFE to the B-Kit provider for final integration and testing. The B-Kit and TRU components are currently defined by the following technical documents: MIL-PRF-A3381791 - 3GEN FLIR B-Kit Performance Specification Low-Rate Initial Production (LRIP) MIL-PRF-A3381789 - CPS FDE Performance Specification LRIP MIL-PRF-A3381787 – Performance Specification for the 3GEN FLIR Thermal Receiver Unit (TRU) LRIP MIL-PRF-A3381783 - 3GEN FLIR Dewar Cooler Bench (DCB) Mechanical Drawing A3315467 - CPS FLIR Design Envelope Drawing A3381792 - 3GEN FLIR B-Kit Interface Control Document LRIP A3347070 - Interface Control Document for the 3GEN FLIR Thermal Receiver Unit (TRU) A3381780 - Interface Control Drawing, Thermal Receiver Unit, 3GEN FLIR MIL-PRF-A3381785 - Performance Specification for the DCB LRIP MIL-PRF-A3381784 - DCB Interface Control Document (ICD) LRIP 3. Qualification and Technical Responsiveness Criteria To be considered a responsive source for this market research, interested parties must demonstrate a viable path to providing a fully qualified B-Kit and TRU that meets all requirements in the technical documents defined above. Respondents can demonstrate this capability in one of three ways:   a. As a Manufacturer: The source must demonstrate it possesses a fully qualified B-Kit and TRU design that has completed a final System Verification Review (SVR) and Functional Configuration Audit (FCA) or provide data verifying its design meets all performance requirements. OR   b. As a Solution Provider: The source must provide a detailed plan and verifiable evidence of its ability to acquire and deliver a fully qualified B-Kit and TRU from a qualified manufacturer. This includes, but is not limited to, letters of intent, teaming agreements, or other documentation demonstrating an established business relationship with the OEM or other qualified source. OR   c. As a Second Source Provider: The source must demonstrate the technical expertise to design and qualify a 3GEN B-Kit. The respondent must detail its plan to complete the design phase, development phase including the timeline for technical reviews (CDR, TRR, SVR, FCA, and PRR), produce prototype units, achieve full qualification, and manufacture B-Kits and TRUs for LRIP and FRP. 4. Technical Documentation and Security Requirements The documents listed above are Distribution D restricted. The documents are authorized for use by the Department of Defense (DoD) and U.S. DoD contractors only. These documents also contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. These documents will be disseminated in accordance with provisions of DoD Directive 5230.25. Companies or organizations may request copies of these documents by providing their Point of Contact information listed below to Jennifer Heath at jennifer.s.heath2.civ@army.mil and must clearly state if and how they meet the conditions under which they can receive the documents referenced above. In addition, companies requesting the above information must register for an account with an internet accessible portal known as the Corporate Management System Online (CMS II). Registrants will access the CMS II website (https://www.mycmsportal.com) and follow instructions to complete registration. Documents are currently available for viewing in the CMS II under the 3GEN FLIR folder, so the registrants must specifically request access to only the 3GEN FLIR folder. Access to the 3GEN FLIR folder documents will only be granted upon verification that criteria dictated by Distribution D and export control restrictions are met by registered companies or organizations. Foreign participation is excluded. SECRET Clearance, at a minimum, is required. No classified information will be provided as part of this RFI; however, in the event of any subsequent Request for Proposal or Request for Quotation, classified information may become part of that solicitation and will be required as part of any resulting contract. Sources will be required to complete an abbreviated design review prior to manufacturing to demonstrate the design meets stated performance requirements within cost, schedule, and risk. 5. Requested Information and Questions Sources responding to this Request for Information (RFI) are requested to provide answers to the following questions with as much detailed information as possible. Respondents should clearly indicate whether they are proposing as a (A) Manufacturer, (B) Solution Provider, or (C) Second Source Provider. Companies may respond as multiple if applicable. Section I: General Company & Capability Information Company Information: Brief summary of the company, CAGE/DUNS, address, point of contact, and socioeconomic classification -- (Small Business (SB), (8)(a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated(VOSB), Service-Disabled Veteran-Owned, (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI)). Facility and Personnel: Provide details on facility clearance, employee clearances, facility size, and DCAA-approved accounting system status. Core Competencies: What are the core competencies of your employees that would support this requirement? Teaming Arrangements: Provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements. This is a critical question for all respondents. Section II: Production and Manufacturing Approach (For Respondents A and C) Qualified Design: Describe how you achieved or plan to achieve a Government-qualified B-Kit design that meets the technical requirements referenced in Section 3.0. For type (A), under what contract(s) was this work performed? Manufacturing Capability: Describe your capability to build and test a production-representative B-Kit. Discuss your existing production capacity and the minimum yearly quantities necessary to maintain a viable industrial base. Production Ramp-Up: Describe an execution plan for conducting a Production Readiness Review (PRR), producing first articles, conducting a First Article Test, and entering production. Include a timeline, major milestones, and capital/engineering requirements. Section III: Strategic Sourcing and Cost Reduction Approach (For Respondents B) Acquisition Strategy Proposal: The Government's primary objective is to reduce unit cost and mitigate obsolescence. Describe a comprehensive business model or acquisition strategy your company could offer to achieve this.   a. If you are proposing a non-traditional model (e.g., third-party financing, bulk purchasing), describe the flow of funds, the flow of property, how inventory would be managed, and the risk allocation between your company and the Government (e.g., termination liability).   b. If you are a manufacturer, what alternative pricing or production strategies could you propose to lower the cost to the Government, aside from simply receiving larger orders? Obsolescence Management: Describe your company's approach to manage and mitigate obsolescence over a 5-10 year period under your proposed business model. Who bears the cost and responsibility for redesigns? How would you ensure long-term supply of critical components? (Modified version of original question 8) Rough Order of Magnitude (ROM) Pricing: Provide ROM unit pricing for the B-Kit based on your proposed business model.   a. Provide unit cost pricing for the following annual Government purchase quantities: 1-50 units/year, 51-100 units/year, 101-150 units/year, 151-200 units/year, 201-250 units/year, 251-300 units/year, 301-350 units/year, 351-400 units/year, 401+ units/year.   b. Clearly state any assumptions made, such as a total multi-year bulk purchase quantity. For example, "This pricing is based on a one-time purchase of 1,000 units, with the Government drawing down 250 units per year."   c. Detail any separate Non-Recurring Engineering (NRE) or initial investment costs required to establish your proposed model. Subcontractor Management: How would you manage the Original Equipment Manufacturer (OEM) or other critical subcontractors under your proposed model? How do you ensure performance, quality, and configuration control when you are not the manufacturer? Section IV: Small Business Information If you identify your company as a Small Business or any of the Small Business subcategories above, then is your company interested in being a prime on this contract? If so, please inform how you will meet the limitations on subcontracting Clause 52.219-14. Under the current SB size standard, do you anticipate your company remaining a small business for at least the next three years, under the stated NAICS code 334511? The Government will use this information to assist in determining if this effort is eligible as a small business set aside. If you are a small business, can your company sustain if not paid for 90 calendar days? 6. Submission Instructions and Points of Contact The Government requests that interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than twenty (20) pages, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions (Section I questions 1 thru 4) are not counted in the above stated twenty (20) page limitation. Any information submitted by respondents to this source sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. All information received in response to this source sought synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 17 May 2026. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Taylor Venanzi, Contract Specialist, email: taylor.l.venanzi.civ@army.mil Alexis Williams, Contracting Officer, email: alexis.r.williams.civ@army.mil Contracting Office Address: Army Contracting Command, APG-Fort Belvoir 10205 Burbeck Road, Bldg 362 Fort Belvoir VA 22060-5811 Point of Contact (s): Taylor Venanzi, Contract Specialist, email: taylor.l.venanzi.civ@army.mil Alexis Williams, Contracting Officer, email: alexis.r.williams.civ@army.mil Place of Performance: PM Ground Sensors, 10221 Burbeck Road, Building 399, Fort Belvoir VA 22060-5806

View original listing