Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2025 SAM #8655
SOURCES SOUGHT

99 -- Lightweight Night Vision Goggles

Notice Date
8/5/2025 11:46:59 AM
 
Notice Type
Sources Sought
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825IE0000009
 
Response Due
10/4/2025 1:30:00 PM
 
Archive Date
10/19/2025
 
Point of Contact
Jackson Perry, Jordan Ownley
 
E-Mail Address
Jackson.S.Perry@uscg.mil, samuel.j.ownley2@uscg.mil
(Jackson.S.Perry@uscg.mil, samuel.j.ownley2@uscg.mil)
 
Description
Purpose: The Coast Guard is issuing this request for information (RFI) for market research purposes. The goal is to identify potential sources capable of providing lightweight night vision goggles (NVG) that reduce crew fatigue while maintaining operational effectiveness. The USCG operates a fleet of approximately 200 rotary wing and fixed wing aircraft equipped with various thermal imaging technologies. Night Vision Goggles are essential for executing the majority of missions conducted during low-light operations. This is currently accomplished using the AN/AVS-9 with white phosphor intensifier tubes. The current Night Vision Goggles have caused significant fatigue across the fleet due to their weight. The USCG is seeking information from various commercial vendors to compile market research to help determine a maintainable replacement for our current goggles. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 333314 - Optical Instrument and Lens Manufacturing. Item Description: The Night Vision Goggles shall provide visual acuity during Nighttime Operations with white phosphor. NVGs shall be capable of attaching to current helmet mounts and use current battery packs to make it interchangeable throughout the surface and air fleet. The product described shall be able to be calibrated using the current ANV-126A-001 test set with goggle adapter plates. The NVG's shall have adjustable rails, to adjust each monocle horizontally as well as vertically with tilt function. The objective lenses must be at least Class B for rotary wing and Class C for fixed wing entities. It is necessary to have a way to mount the Heads-Up Display (HUD AN/AVS-7) system currently in use by USCG. Specifications: System shall be capable of mounting to current existing USCG Night Vision Goggle hardware/system Mounting: Using current system (AN/AVS-9) Aeronox mount and battery pack Weight: Less than 535 grams Body: Adjustable rails and monocles w/ tilt Power: 2.2-3.4 VDC Intensifier Tubes: White Phosphor (FOM 2376) Objective Lenses: Class B and C Ocular Lens: Adjustable focus (Diopter min +2 to -4) Characteristics Profile: Low profile, light weight Attachment: AN/AVS-7 HUD (Elbit Systems) Qualifications: MIL-STD-810H, PRF-49313, DO-275, FAA TSO-C164a and EASA standards Dimensions: Vendor provide Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. Respondents are advised that the Government will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted. Request: If your organization has experience and capabilities in providing night vision goggles meeting the requirements described, please provide the following information: 1) Organization name 2) Address 3) Website 4) Point of contact name 5) Point of contact email address 6) Point of contact telephone number 7) Socioeconomic status 8) Unique Entity Identifier 9) Describe your product's specifications and how it can perform the required tasks. 10) Indicate the weight and dimensions of the product. 11) Describe what changes you would need to make to your product to meet our desired needs as per the above specifications. 12) Please indicate an estimate of how long of a lead-time your company will need to facilitate the development of your submission to meet our needs. 13) Is your business a large or small business? 14) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? 15) If disadvantaged, specify under which disadvantage group and is your firm certified under Section 8(a) of the Small Business Act? 16) Is your firm certified 'HUBZone' firm? 17) Is your firm a woman-owned or operated business? 18) Is your firm a certified Service-Disabled Veteran-Owned? 19) Do you have other government agencies using the product, and if so which agencies, POC's and contract numbers? 20) What information and/or resources would you typically need from the government to perform this effort? 21) Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. 22) Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. 23) Address the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Submission Instructions: Interested parties are invited to submit a response to the above questions by 10/04/2025 at 4:30 pm. All responses and questions regarding this RFI must be emailed to Jackson.S.Perry@uscg.mil and Samuel.J.Ownley2@uscg.mil No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fb511280813e493eb4b59f0a6a2f8c76/view)
 
Place of Performance
Address: Elizabeth City, NC 27909, USA
Zip Code: 27909
Country: USA
 
Record
SN07537816-F 20250807/250805230053 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.