SOURCES SOUGHT
66 -- Gimbaled High Definition Electro-Optic Infrared (EO/IR) Sensor Replacement
- Notice Date
- 2/11/2026 1:41:04 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
- ZIP Code
- 22331-0700
- Solicitation Number
- W909MY-26-R-EOIR
- Response Due
- 3/16/2026 3:00:00 PM
- Archive Date
- 03/31/2026
- Point of Contact
- Brianna Murphy, Sabin Joseph
- E-Mail Address
-
brianna.h.murphy2.civ@army.mil, sabin.a.joseph.civ@army.mil
(brianna.h.murphy2.civ@army.mil, sabin.a.joseph.civ@army.mil)
- Description
- Background: Project Manager (PM) Terrestrial Sensors (TS) is inquiring about a potential Commercial-Off-The-Shelf (COTS) Gimbaled High Definition (HD) Electro-Optic Infrared (EO/IR) Sensor Replacement to support ground-based U.S. Army Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR), Force Protection and Security (FPS) missions. The gimbaled sensor must be capable of Organizational and Depot Level maintenance. This RFI is requesting vendors to present potential solutions, including an initial evaluation of expected performance and lifecycle costs of the proposed sensor replacement. If the proposed replacement shows that potential for cost savings exists, only then will PM TS proceed with a more extensive evaluation of sensor performance and sustainment plans. Responses to this request must be submitted by Close of Business (COB) 16 March 2026. Requested Information: Company Information Contact name Contact title Company name Date of incorporation Number of years in business Number of employees Location Mailing address Phone number CAGE Code Unique Entity ID Website address Email address Note that RFI respondents shall designate a single point of contact for receipt of all information pursuant to this RFI. Technical Information The purpose of this RFI is to research alternatives for a cost-effective solution for a Tower-based Gimbaled HD EO/IR Sensor replacement that will meet the required performance, logistic concepts, timeliness, and lifecycle costs detailed herein. The Gimbale High Definition EO/IR Sensor replacement specifications of interest document is Controlled Unclassified Information (CUI). For those interested in seeing the document, titled �FPS Tower Sensor Replacement_ CUI Annex attachment�, please send an email requesting the attachment directly to neal.h.dedicatoria2.civ@army.mil, advising what company you work with and your associated CAGE Code. Once a valid need to the information is demonstrated, the document will be provided accordingly. For your proposed gimbaled camera system, please include the following information: Technology capabilities Performance of the system Technical parameters Size, Weight, Power and Cost (SWAP-C) Interoperability with other systems and information on Application Program Interface (API) All-weather/day/night-performance Expected maintenance, repairability, and associated cost. Include Mean Time Between Failures (MTBF) and Mean Time to Repair (MTTR). Indicate the ability to repair the system package without sending it back to the Original Equipment Manufacturer (OEM). Technical Experience Has your Company supported this type of mission or similar type of mission in the past? Identify your company's past and current customers to which you have provided these types of capabilities or similar capabilities; including size and complexity. Please provide Contract number(s), Customer/Company name, Point of Contact (POC) name, POC e-mail address and phone number, and a brief description of your direct support of the effort. Include a maximum of three (3) customers. Confidentiality: No classified, confidential, or sensitive information shall be included in your response. Interested parties are responsible for appropriately marking proprietary or competition-sensitive information contained in their response. Response Submittal Instructions Sources able to address the above request are invited to submit information describing their approach. The Government requests that interested sources submit an electronic response of not more than twenty (20) pages on 8.5"" x 11"" paper, 12-point, Arial font, with a minimum of one (1) inch margins all around. Files shall be sent in a Microsoft Word compatible (version 2013 or newer) file or a PDF file. Files greater than 15MB cannot be transmitted through the network firewall. Respondents are requested to submit one (1) electronic copy of their RFI responses to Briana Murphy, Contract Specialist, brianna.h.murphy2.civ@army.mil, and Sabin Joseph, Contracting Officer, sabin.a.joseph.civ@army.mil, by COB on 16 March 2026. Subject line should be: FPS BETSS-C and G-BOSS(E) Systems Tower EO/IR Sensor Replacement Unclassified responses must be sent to: usarmy.XYZ @army.mil. Responses with CUI must be sent encrypted via DoD SAFE to (https://safe.apps.mil/). If you require a DoD SAFE drop link, please contact Briana Murphy, Contract Specialist, brianna.h.murphy2.civ@army.mil, For submission of SECRET or higher classification material to PM FPS, please contact Sabin Joseph, Contracting Officer, sabin.a.joseph.civ@army.mil, by COB on 16 March 2026 All documents shall be portion-marked IAW DoDM 5200.01-V2. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions (submitted material will not be returned). All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Questions and requests for clarification Questions, both technical and contracting related, regarding this RFI should be submitted via e-mail to Briana Murphy, Contract Specialist, brianna.h.murphy2.civ@army.mil, and Sabin Joseph, Contracting Officer, sabin.a.joseph.civ@army.mil, no later than 1400 EST on 16 March 2026. Questions will be published non-attribution via the System for Award Management (SAM.gov). Questions with CUI shall be submitted via DOD SAFE. If you require a drop link, please contact brianna.h.murphy2.civ@army.mil. Questions and requests will only be accepted in writing; phone calls will not be accepted. Requests shall be submitted only to the email address specified above. Any other forms of request for additional information will not be honored. Response Due Date: 16 March 2026 Disclaimer: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI NOR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES. This announcement is issued solely for information and planning purposes and does not constitute a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses will not be returned, nor will the Government confirm receipt. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. All Government and Contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC �2101-2107. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/599e1acd77d14e7d8e4b4d0a7ca2773d/view)
- Record
- SN07713592-F 20260213/260211230043 (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 |