Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2002 FBO #0102
SOURCES SOUGHT

10 -- SOURCES SOUGHT SYNOPSIS

Notice Date
3/12/2002
 
Notice Type
Sources Sought
 
Contracting Office
NSWC Crane, Code 1162, 300 HWY 361, Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N00164-02-R-0065
 
Response Due
5/5/2002
 
Point of Contact
Mr. Rodney Fultz, Code 1162NM Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. telephone number is 812-854-1063, FAX 812-854-5095, e-mail fultz_r@crane.navy.mil
 
E-Mail Address
Email your questions to point of contact
(fultz_r@crane.navy.mil)
 
Description
1. PREAMBLE This announcement is for the re-initiation of an earlier project that was delayed due to urgent support of current hostilities. This announcement constitutes a Commercial Agency Announcement (CAA) and a synopsis of an upcoming solicitation. This CAA cancels and replaces the related solicitation SOL N00164-01-R-0135. This CAA is advisory only, alerting industry to the government?s plans to publish a Request for Commercial Offerings (RCO) solicitation, and summarizing the future RCO for industry information. The Navy is issuing this CAA on behalf of the US Special Operations Command (USSOCOM) Special Operation Peculiar Modification (SOPMOD) Program and the Federal Bureau of Investigation (FBI). A solicitation will be published on or about 5 April 2002 that seeks to award IDIQ contracts to vendor(s) who can provide accessory parts and assemblies for performance impr ovements for a family of Muzzle Brakes and Suppressors (FMBS) for small arms in 5.56mm and 7.62mm to meet the operational requirements of USSOCOM Special Operations combatants. This CAA is to announce plans to seek industry ability to supply a coordinated modular family of complimentary muzzle brake/suppressors. The SOPMOD Program is not seeking alternate sources for the current SOPMOD Quick Detach Sound Suppressor (QDSS), NSN 1005-01-437-0324, as used on SOF weapons, rather is interested in pursuing COTS/NDI extended life, expanded application, high-endurance suppressors that show demonstrable improvements over the standard QDSS. Sought are improvements in materials, manufacturing process, high endurance coatings, and other unknown technologies that yield extended performance suppressor life to a threshold of 15,000 rounds with an objective of 30,000 rounds under various f iring schedules. Current M4QD suppressor characteristics for comparative baseline are: length-6.6inches, weight-24 ounces, diameter-1.5 inches, sound reduction-28dB, up to a 2.5 MOA zero shift when fitted to gun, with minor or no loss in instrumental accuracy, endurance to failure under harsh firing schedules approximately 10,000 rounds, and approximately 500 rounds under continuous belt-fed full automatic fire. These improvements may be Non-Developmental Items (NDI), Commercial Off-The-Shelf (COTS), or NDI/COTs that can be rapidly developed into suitable items for US Special Operations and Law Enforcement. This procurement is intended to obtain commercially available/non-developmental item (NDI) Family of Muzzle Brake Suppressors (FMBS) for use by the United States Special Operations Command. 2. BACKGROUND: Special Operations Forces (SOF) operates around the world in extr eme conditions including underwater, surf-zone, desert, arctic, jungle, and urban environments. They subject their weapons and equipment to extremely high usage rates and stresses. Due to the manner in which SOF utilizes its equipment, normal military specifications are in many cases not stringent enough to support SOF use. Although the currently fielded suppressors for the M4A1 Carbines and SPR meet military performance specifications, these suppressors have exhibited performance characteristics that do not meet all SOF requirements when subjected to the extreme operational conditions imposed upon them by SOF operators. 3. SUMMARY OF EQUIREMENT System Description. The family of Muzzle Brake Suppressors consists of four models (1) Close Quarters Battle Receiver (CQBR), (2) Standard Model M-4, (3) Special Purpose Receiver (SPR), and (4) Light Machinegun (LMG). The Muzzle brak e suppressor shall reduce sound pressure levels by 25 decibels and decreases flash signature by 75% when mounted on the prescribed weapon system and that does not change point of impact more than 1.25 minutes (thresholds are 10% less than objectives). Suppressors in like calibers shall fit interchangeably onto standard or replacement compensators. If required, a replacement compensator will be provided with the suppressor and must be installed on the weapon replacing the standard compensator before using the Suppressor. If a replacement compensator is provided, it shall be functionally equivalent and provide flash reduction and compensation performance equal to or better than the current standard M4A1 compensator. All materials required to properly orient replacement compensator shall be provided with each compensator by the vendor. The quick attach/detach type Suppressor is su itable for precision, semi-automatic, and automatic firing. The Suppressor shall not utilize replaceable ?wipes? that contact the projectile and require replacement during the full capability service life of the Suppressor. All FMBS except LMG will interface with 1/2-28 muzzle threads. Suppressors may, but are not required to, use the current SOPMOD muzzle brake/compensator; Knight?s Armament Company Part #93048 (No NSN available). If offerors do not use the SOPMOD Muzzle Brake/compensator, a replacement compensator will be provided with the suppressor and must allow installation on the weapon, replacing the SOPMOD compensator before using the Suppressor. If a replacement compensator is provided, it shall be functionally equivalent and provide flash reduction and compensation performance equal to or better than the current standard M4A1 compensator. All materials required to properly orient replacement compensator shall be provided with each compensator by the vendor, and operator's manual. There are four distinct functional applications required for the FMBS effort, however 4 separate suppressors may or may not be necessary. The suppressor requirements for each weapon system are in the attached spreadsheet. ADDITIONAL requirement ? LMG Suppressor although useable for 5.56mm and 7.62mm machineguns, will not allow the installation of a 5.56mm Suppressor onto a 7.62mm muzzle brake/compensator fixture. The FMBS shall be constructed of corrosion resistant materials that are abrasion, impact and battlefield chemical resistant. All external and visible surfaces shall be coated with a dull, non-reflective coating. The FMBSs shall be capable of being submerged in salt and fresh water to a depth of 66 feet for a minimum of 2 hours, surfaced, drained without disassembly and reliably function in 1-minute (T), 3 seconds (O). The contract type will be a Firm-Fixed price Indefinite Delivery/Indefinite Quantity (IDIQ). The minimum quantity for each awarded contract is 6/ea FMBSs (First Articles) with a maximum quantity of 10,000/ea for the M4 Carbine and CQBR FMBS variant and a maximum quantity of 4,000/ea for the SPR variant FMBS, all of which may be ordered over the five-year life of the contract. The following items will be separate line items with 0 minimums: muzzle brakes/compensators (6,000/ea max for M4/CQBR and 4,000/ea SPR); essential installation materials (6,000/ea max for M4/CQBR and 4,000/ea SPR) and a provisioning item ordering clause of $1,000,000. The contract is F.O.B. Destination. For the minimum quantity of FMBSs, delivery of the 6/ea is required 90 days after the effective date of the contract (DAC). A ny subsequent delivery orders will order between 5/ea and 500/ea with a maximum monthly delivery rate of 100/ea. Delivery of the other line items will be required to commence 60 days after order. The solicitation will require delivery of 15/ea complete product samples, at no charge to the government, for each suppressor submitted for competition along with a concise technical proposal by the closing date of the proposal. An additional 15 suppressors will be submitted at no charge to the government, if a suppressor is being submitted for evaluation for more than one weapon platform. The solicitation will be evaluated on a best value basis and the Government will reserve the right to award to other than the lowest priced offeror and other than the highest technically rated offeror. The product samples must meet the specifications referred to in the attached spreadsheet in it s entirety to be given further consideration for award. The technical proposal shall address any differences between the product samples and the production units. The Government cannot guarantee the condition of the product samples after testing. All responsible sources may submit a proposal, which shall be considered by the agency. THIS ANNOUNCEMENT IS ADVISORY ONLY. THIS REQUIREMENT HAS ALREADY BEEN PUBLISHED PREVIOUSLY FOR INDUSTRY COMMENT. DO NOT RESPOND TO THIS ANNOUNCEMENT, PLEASE WAIT TO FORMALLY RESPOND TO THE RFP SOLICITATION WHEN IT IS PUBLISHED. The government does not intend to award solely on the basis of this CAA. Nothing in this announcement constitutes an obligation on the part of the government. The government will not pay for submissions resulting from this announcement. The SOPMOD program office will not provide M16/M4 rifle/carbine parts drawings or RIS parts drawings. 7. RELATED ANNOUNCEMENTS. Please do not be confused by related government announcements. While SOPMOD is seeking Offerors, or teams of Offerors, to provide fully system-balanced offerings for PMOD, certain sub-components and closely related accessories will be competed separately on different solicitations, three of which are: (A) Enhanced Grenade Launcher Module (EGLM) Parties interested in EGLM should view and respond to solicitation N00164-02-R-0063, which can be found at http://www.crane.navy.mil/supply/synopsis.htm (B) Extended Life Barrels (ELB). PMOD Offerors are strongly encouraged to submit Extended Life Barrels, of their own designs and materials, as part of their offerings. Never the less, government currently intends to also competitively acquire ELB for a wide range of weapons barrels as a separate acquisition. Parties interested in this separate ELB project should watch for separate announcements, which will be published. 8. CONTACT INFORMATION: (A) SOPMOD Program Registration: Ms. Paula Pifer, Code 4081, telephone (812) 854-5686, FAX 812-854-1044, email pifer_p@crane.navy.mil Please update your information with Ms. Pifer if you have had a change since the last update. (B) SOPMOD Technical Point of Contact: Mr. Rand Hammel, Code 4081, telephone (812) 854-5082, FAX 812-854-1044, email hammel_r@crane.navy.mil Please avoid unnecessary communications with the TPOC until the RCO solicitation is published. (C) Contracting Department Point of Contact is Mr. Rodney Fultz, Code 1162NM Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. Mr. Fultz? telephone number is 812-854-1063, FAX 812-854-5095, e-mail fultz_r@crane.navy.mil
 
Record
SN00041534-W 20020314/020313100017 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.