SPECIAL NOTICE
A -- Electro-Optic/Infrared (EO/IR) Sight System (EOSS)
- Notice Date
- 2/10/2026 11:53:39 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016426SNB35
- Response Due
- 3/18/2026 11:00:00 AM
- Archive Date
- 04/02/2026
- Point of Contact
- Mark Dravet, Phone: 8123817085
- E-Mail Address
-
mark.v.dravet.civ@us.navy.mil
(mark.v.dravet.civ@us.navy.mil)
- Description
- Special Notice N0016426SNB35 Agency: Department of the Navy Office: Naval Sea Systems Command Location: Naval Surface Warfare Center (NSWC) Crane Division NAICS Code: 541715 � Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) RFI Release Date: 10 February 2026 Request for Information: Electro-Optic/Infrared (EO/IR) Sight System (EOSS) PURPOSE This special notice is to inform vendors of a Request for Information (RFI). The purpose of this RFI is to collect information from the general public about EOSS topics in the RFI. Based off the information collected from the RFI, the Government may send out a Request for Solutions (RFS) with the intent of awarding a Project Order under the Expeditionary Missions Consortium (EMC2) Other Transaction Agreement (OTA) in accordance with 10 U.S.C. � 4022. BACKGROUND AND SUMMARY BACKGROUND This Request for Information (RFI) is issued by the Expeditionary Missions Consortium � Crane (EMC�) in support of the Naval Surface Warfare Center for the specific topic area identified below. The Topic Sponsor desires to collaborate with EMC� Members and industry to discuss the topic and possibly shape future EMC� Request for Solutions (RFS). Feedback will not be provided and responses to the RFI papers will not be returned. This program has been initiated to create a competitive environment for the replacement of the MK20 MOD 1 Electro-Optic/Infrared (EO/IR) Sight System (EOSS) whose predecessors were MK20 MOD 0 EOSS and MK46 Optical Sight System (OSS). The EOSS is not a stand-alone system. The EOSS SHALL interface with the Gun Weapon System (GWS) Local Area Network (LAN) and be remotely controlled by government furnished MK160 Gun Computer System (GCS) console(s) for both operations and maintenance. The EOSS will be installed on at least U.S. Navy Ticonderoga class cruisers (CG-47), U.S. Navy Arleigh Burke class destroyers (DDG-51), U.S. Coast Guard (USCG) Legend class National Security Cutters (NSC) (WMSL-750), and USCG Heritage class Off-shore Patrol Cutter (OPC) (WMSM-915). Primary use of the EOSS is to act as the gun sight for the MK34 and MK48 GWS in the visible and thermal spectrum. Ancillary uses of the EOSS may include enhancing the following: low-visibility and night navigation; coastal observation and surveillance; identification (ID) friend or foe; real-time situational awareness and threat warning; reconnaissance and surveillance; and documenting navigational hazards. RFI Topic EMC�-RFI-26-XX: EOSS to Support MK34 and MK48 GWSs RFI Topic Sponsor: NSWC Crane for PEO IWS 11G Objectives Obtain a better understanding of the current EOSS market Delivery timelines prototype capabilities production capabilities Integrated Logistics/Product Support timelines Government Purpose rights Topics to be Addressed within RFI Response If selected by October 1, 2026, when could an EOSS prototype be provided to the Government meeting the threshold requirements of the performance specification? If selected by October 1, 2026 to deliver an EOSS prototype to the Government by April 1, 2027: Which threshold requirements from the specification would not be available in the prototype? What are the specific major timeline drivers for delivering an EOSS prototype? Examples: long lead items, component availability, processes, resources, skill set, etc. How can the Government specifically help reduce timelines and constraints for prototypes? Examples: pre-buying and providing materials and/or components, waivers, etc. Which elements of Integrated Logistic/Product Support could be included with this EOSS prototype. Predictive integrated product support and data logistics is also acceptable. In the event a prototype is successful by October 1, 2027, and if a follow-on production contract is awarded when could EOSS production units start being provided to the Government meeting the threshold requirements of the performance specification? In the event a prototype is successful by October 1, 2027 and if a follow-on production contract is awarded to deliver EOSS production units to the Government starting April 1, 2029: Which threshold requirements from the specification would not be available in the production units? What are the specific major timeline drivers for delivering an EOSS production units? Examples: long lead items, component availability, processes, resources, skill set, etc. How can the Government specifically help reduce timelines and constraints for production units? Examples: pre-buying and providing materials and/or components, waivers, etc. Which elements of Integrated Logistic/Product Support could be included with this EOSS production units. Predictive integrated product support and data logistics is also acceptable. How many production units could be delivered per year and how often could production units be delivered? What Government Purpose Rights are available for the prototype and production units? How are Government Purpose Rights costed? Examples: a. Government Purpose Rights to any data required for integration to ship are included in price of prototype or production units. b. Full Government Purpose Rights to all data mechanical, electrical, software, optical, etc. is priced at the equivalent of ten years of production. Note: Use (U) DRAFT PERFORMANCE SPECIFICATION FOR EOSS TO SUPPORT MK34 MK48 GWS 02012026.pdf. Similar RFI posted under Notice ID N0016422SNB26 at https://sam.gov on February 7, 2022 Format Requirements of the RFI Papers 10-page limit, inclusive of contact information. Times New Roman 10 (or larger) Single-spaced, single-sided, 21.6 x 27.9 cm (8.5 by 11 inches). Smaller type may be used in figures and tables, but must be clearly legible. No pictures of a marketing/advertising nature or hyperlinks are allowed. File format must be Microsoft Word or PDF. These RFI submissions will be shared with the Sponsor; therefore, all information must be non-proprietary. Do not submit classified information. All interested parties should visit the EMC2 website at https://emccrane.org/ to become a member of the consortium to view the future possible RFS. Contracting Office Address: 300 Hwy 361 Crane, IN 47522 United States Primary Point of Contact.: Mark Dravet mark.v.dravetciv@us.navy.mil Phone: 812-381-7085
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1e5a72085b374b35bae14b8b166b59e1/view)
- Place of Performance
- Address: Crane, IN, USA
- Country: USA
- Country: USA
- Record
- SN07710729-F 20260212/260210230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |