Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
MODIFICATION

10 -- MINIATURE DAY/NIGHT SIGHT (MDNS)

Notice Date
6/28/2002
 
Notice Type
Modification
 
Contracting Office
N00164 300 Highway 361, Building 2521 Crane, IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0014
 
Response Due
8/30/2002
 
Point of Contact
Donald B. Ellison, Contracting Officer 812-854-5774, FAX 812-854-5095
 
E-Mail Address
Click here to contact the Contracting Officer
(ellison_db@crane.navy.mil)
 
Description
1. DESCRIPTION: This announcement constitutes the second amendment to Commercial Agency Announcement (CAA) N00164-02-R-0014 originally published on 27 MAR 2002 and amended on 28 JUN 2002. This second amendment is being issued in response to questions received from industry concerning the DRAFT Performance Specification for pending solicitation number N00164-02-R-0014. It is anticipated that the solicitation will be issued on 16 OCT 2002. The formal solicitation has not yet been issued. 2. INDUSTRY QUESTIONS AND GOVERNMENT ANSWERS: References cited in this amendment are from revision Preliminary 10 of the draft Performance Specification dated 21 June 2002. The applicable questions and answers are as follows: QUESTION NO. 1: 3.2.12 Are DL-123 batteries acceptable for Group B Active Miniature Day/Night Sight Subsystems? ANSWER TO QUESTION NO. 1: The performance s pecification neither requires nor precludes the use of any specific battery; however, any battery chosen must be common and commercially available. QUESTION NO. 2: 3.2.15 Is an “all in one package” more desirable than the modular approach currently utilized? ANSWER TO QUESTION NO. 2: Any proposed “all-in-one” solution must meet all of the KPP’s for each of the subsystems it is combining. APP’s are, by definition, tradable. Combined systems will be evaluated based on risks and benefits that the solution will provide the operator. An all-in-one solution may or may not be more desirable. This is a research solicitation; innovation is encouraged. A best value determination will be made prior to contract award. QUESTION NO. 3: 3.3.2.1.2.8 At what point does the VBL become too bright? ANSWER TO QUESTION NO. 3: The Operational Requirements Document (ORD) specifies a minimum range of visible illumination, but does not include any specifications for luminosity. Life Cycle Sustainment costs will be considered during the source selection process; therefore, the systems should be designed to be as efficient as possible and still meet the performance specifications. QUESTION NO. 4: 3.3.2.2.2.1 Is the “double tap” feature of the AN/PEQ-2 Pressure Pad acceptable for a constant on function? ANSWER TO QUESTION NO. 4: The ORD has not changed since the AN/PEQ-2 was fielded. Improvements on the current design will be considered. A “double tap” feature may or may not be more desirable. This will be determined by operational and developmental testing. This is a research solicitation; innovation is encouraged. A best value determination will be made prior to contract award. QUESTION NO. 5: 3.3.2.2 Is a high-power illuminating (100 mw output) laser desired for sniper applications? ANSWER TO QUESTION NO. 5: Sniper applications for infrared pointing, illuminating, and aiming capability are not within the scope of the upcoming solicitation. There is no requirement for a 100mw laser; however, specific applications for pointing out to 5km in limited quantities are anticipated as separated contract line items. The performance specification will be updated to reflect this requirement. QUESTION NO. 6: 3.3.2.2.2.6 Is there a requirement for an IR Illuminator only mode? ANSWER TO QUESTION NO. 6: See Performance Specification (Para. 3.3.2.2.2.6) QUESTION NO. 7: 3.3.2.2.2.8 Are low profile adjusters acceptable/preferred as currently incorporated into the AN/PEQ-2 Model 5000? ANSWER TO QUESTION NO. 7: Adjusters will be evaluated on several criteria including, but not limited to, ease of operat ion, snag hazards, glove accessibility, etc. Low-profile adjusters may or may not be more desirable. This will be determined by operational and developmental testing. This is a research solicitation; innovation is encouraged. A best value determination will be made prior to contract award. QUESTION NO. 8: 3.3.2.3.24 8a. The laser wavelength of 630 +/- 15nm (Red) is specified. Is Green 535nm acceptable? ANSWER TO QUESTION NO. 8a: The wavelength specan a day sight combined with a CNVD, exposes operators to enemy detection due to movement involved with changing the sights and leaves operators with unsighted weapons during changeover. Further, the current methodology cannot guarantee repeatable zero after changing from day to night optics. Improved performance in fog, dust, extreme darkness, foliage is also desired for the CNVD. There are presently no IDIQ contracts for CNVD. The SO PMOD Program has a requirement to establish an IDIQ contract for this variety of sight. A(2) Miniature Night Vision Sight (MNVS): While CNVD is the primary night vision system sought for future small arms, certain small arms remain more suitably served by dedicated night vision sights. For these applications, an MNVS or similar alternative is required with ruggedization for use on the following platforms: M14, M16, M249, M60, Mk11, Mk43, Mk46, 5.56 LMG, 7.62 LMG, .300 WinMag Sniper Rifle, M2 .50 Caliber MG, and .50 Caliber Sniper Rifles. A variant is required with increased magnification power capability to include 4X-6X, improved resistance to fogging in rain, high humidity, and extreme temperatures, improved performance in fog, foliage, dust, and extreme low light, miniaturization, anti-reflective capability, weight reduction, reduced snag hazard, decrease supportability costs, improved reliability, improved platform mounting flexibility, improved protection for lenses, reticle upgrades, and instantaneous backup sighting capability. The current contract for the MNVS will expire in FY 2003. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. A(3) ACOG Reflex: improved performance in high humidity and rain, instantaneous backup capability when lens is occluded by rain, mist, or debris, night vision upgrades, improved target acquisition for quicker engagement, miniaturization, reduced snag hazard, and improved performance of aiming dot in all lighting conditions. The present contract for the ACOG Reflex has expired. A recent contract has been established for the ECOS-N (Maritime Aim Point), however it also could benefit by improvement or replacement to achieve enhanced performance in rain and high humidity, reduced snag hazard, incorporation of emergency backup sight, and size and weight reduction. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. A(4) ACOG 4X: improved performance in high humidity and rain, ergonomic improvement for use with backup iron sights, night vision upgrades, improved interoperability with night vision goggles, reticle illumination adjustment, improved eye relief, miniaturization, anti-reflective capability, reduced snag hazard, and simplification of reticle pattern. The present contract for the ACOG 4X has expired. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight, or to obtain a similar contract for a subsystem that combines this 4X capability with a variable, switchable, or stacked sight that allows improved sighting both at close and long range. A(5) Backup Iron Sight: implementation of day and night sighting capabilities with an emphasis on light emission control, improved capability to maintain the set position in a combat environment, integration of short and long range capability with improved durability over existing inserts, and reduced snag hazards. A(6) Rail Interface System: incorporation of design features which improve overall system performance (possibly floating barrel design concept), improved cleaning and maintenance, improved the durability, and production cost reduction. Group B, Active Miniature Day/Night Sight Subsystems: (1) Visible Bright Light (VBL), (2) AN/PEQ-2 Infrared Laser Pointer/Illuminator (ITPIAL), (3) AN/PEQ-5 Carbine Visible Laser (CVL) B(1) VBL: Ruggedization, weight and size reduction, reduced snag hazard, improved reliability when used in automatic fire, and a variety that provides for combination of Infra-red and white light capability into one module. Existing contracts for the VLI will expire in FY 2002. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. B(2) ITPIAL: Increased range capability, improved power consumption, weight and size reduction, improved performance in rain and high humidity, pattern and pulse capabilities, and ruggedization. All contracts for the ITPIAL have expired. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. B(3) CVL: Increased range capability, improved power consumption, improved performance with green and black targets, improved compatibility with laser eye protection, weight and size reduction, improved performance in rain and high humidity, and ruggedization. All contracts for the CVL have expired. The SOPMOD P rogram desires to establish a new IDIQ contract for this variety of sight, or to obtain a similar contract for a subsystem that combines this capability into a unified system. (b) Performance and Research Objectives Common to All Sub-systems: The SOPMOD program is not seeking alternate sources for the currently fielded SOPMOD equipment named above, rather is seeking alternative sub-systems with the following improved operational performance characteristics as research objectives: Increased user acceptance to include (1) Improved Operation Suitability to include improved performance in semi-automatic and full automatic fire, increased range, snag free in movement through vegetation and battlefield obstacles. The overall objective is increased hit scores by SOF operators during day, night, rain, mist, smoke, vegetation, fog, dust, and extreme low light conditions. (2) Mini aturization, to include reductions in both size and weight, with an objective of increased weapon portability and better weapon balance during the act of firing. (3) Increased reliability, durability, corrosion resistance, and ease of cleaning. (4) Recoil shock endurance sufficient to allow use on all SOF small arms. Fully functional for a minimum of 15,000 rounds threshold, 30,000 rounds objective. (5) Functional reliability exceeding that of the present subsystems at high and low temperature extremes as well as other hostile (sand/dust/dirt/mud/surf/temperature shock) environmental conditions. (6) Incorporation of improved safety features. (7) Low optical retro-reflection augmentation. (8) Improved lens performance in rain, fog, snow, dust, and other atmospheric conditions. (9) Improved lens protection, e.g. transparent sacrificial lens covers. (10) Improved eye relief whi ch provides optimum performance for SOF combat scenarios and host weapons. (11) Decreased life-cycle support costs. (12) Improved power consumption, where applicable. (13) Incorporation of night vision capability where it currently does not exist. (14) Improved boresight retention. (15) Consolidation of current capabilities into multi-use systems. This includes the integration of technologies currently fielded by multiple systems into single multi-use systems and utilization of modular technology, where such combinations are suitable for SOF combat. (16) Improved safety. 5. ACQUISITION PLAN: Source Selection will be conducted in accordance with the Kaminski contracting method. Items will be selected on a "Best Value" Contracting basis. IDIQ contracts will be awarded to offerors in accordance with the following plan: (A) RCO Solicitation is to be published in July 200 2. The RCO Solicitation will provide the government requirements in detail. Be advised that a DRAFT VERSION of the Performance Specification for the proposed procurement is available at the following web link: http://www.crane.navy.mil/supply/02R0014/02R0014.htm . It is requested that this DRAFT Solicitation be reviewed by interested parties and provide any comments or questions to the Technical Point of Contract (Barry Gatewood) as identified in Paragraph 7 below by July 19, 2002. (B) Solicitation is planned to close in August 2002. Upon the closure date and time of the solicitation, the offeror must deliver 5 written copies and 1 electronic copy of the Offeror’s Technical Proposal. The Technical Proposal will include, as an enclosure, a copy of the MS PowerPoint Briefing to be presented by the offeror during follow-on Oral Presentations. Functional samples to be u sed during the Oral Presentations/Demonstrations will be delivered prior to commencement of the Oral Presentations/Demonstrations. (C) Upon closure of the solicitation, a Source Selection Board (SSB) will be convened. The SSB will consist of an Operational Evaluation Team (OET), a Technical Evaluation Team (TET), and a Contracting and Management Evaluation Team (CMET). An SSB Chairman will be assigned by the SSA to chair the SSB. All members of the Source Selection Board shall be required to file a Certificate of Non-Disclosure prior to being given access to any of the source selection sensitive material. A Test Evaluation Review Panel (TERP) will be appointed by the Source Selection Authority (SSA). The TERP Chairman will be appointed from the membership of the SSB. The TERP Chairman will be overall responsible for the joining and compilation of adjectival voting s cores and for source selection documentation at all stages of source selection. Screening criteria, in order of importance are (1) Operational Evaluation, (2) Technical Evaluation, and (3) Contracting and Management Evaluation. The most important adjectival voting results will be those developed by the OET. The second most important are the results of the TET. However, the TET may disqualify a technical proposal if it violates physical laws, engineering principles, contains technical features that would prohibit it from meeting the specification, or if it contains technical errors indicating that the offeror is technically incompetent or is proposing a technical approach that is unacceptably risky. The CMET will provide the third most important results. However, the CMET may disqualify a vendor for statutory or past performance reasons, or for unreasonable prices. Ve ndors who propose more rapid delivery schedules, and can prove that they can meet those schedules, will receive preference for award in the voting of the Contracting and Management Evaluation Team. (D) Oral Presentations/Demonstrations, followed by awards will be conducted shortly after the solicitation closes. The SSB will hear oral presentations made by the offerors and clarify the offerors’ technical proposals through questioning. The SSB will require demonstrations, to include functional demonstration and evaluation, during this stage of competition. Representatives from the user community will be asked to participate. Upon completion of Oral Presentations/Demonstrations, the SSB will conduct an adjectival vote. The TERP Chairman will provide the SSB Chairman with the documentary source selection recommendation(s). The SSB Chairman, in conjunction with the Source Selection Authority, will make the final decision for award(s). In order to avoid unreasonable government test costs and lengthy schedules and to maintain efficiency of competition within schedules that are meaningful to current conflicts, the SSA will strive to award only one contract per sub-system variety, but may award more than one contract if a compelling reason is found. (E) Developmental and Operational Testing will be conducted on a schedule to be determined by the contact negotiation and award process. Product samples are required to comply with key performance parameters (KPP) delineated in the solicitation. Offerors who submit product samples that do not comply with the KPPs will not be further evaluated. The samples must meet or exceed the stated thresholds. These test results and comments will be submitted to the Technical Evaluation Review Panel (TERP). Developmental Testing (DT) will be conducted at NSWC Crane on the product samples to determine compliance with the KPPs, and environmental requirements, and safe to conduct further testing. Operational Testing (OT) will be conducted by an Independent Validation/Verification Agent. During OT the operators will determine if the samples meet or exceed the stated thresholds, meet combat suitability and combat effectiveness. No offerors will be allowed to participate in the OT. Representatives of the Contracting Officer from NSWC Crane will evaluate offeror(s) past performance and price proposals. The price evaluation will be presented to the Contracting Officer. The past performance evaluation will be presented to the TERP. The Contracting Officer/SSA shall use the recommendations and conclusions from the TERP, to include DT and OT analysis, contract management eval uation, past performance, and price evaluations, to derive negotiation strategies and an award determination which will be documented in business clearance memoranda in accordance with the Naval Acquisition Procedure Supplement and NSWC Crane quality assurance guidelines. The goal is to utilize the same contract vehicles awarded prior to DT/OT for production hardware after this final down-select. 6. RECITALS: In accordance with Federal Acquisition Regulation (FAR) Part 15.202- ADVISORY MULTI-STEP PROCESS. The government does not intend to award solely on the basis of this announcement. 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 SOPMOD subsystem drawings. 7. 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. Barry Gatewood, Code 805B, telephone (812) 854-3842, FAX 812-854-3665, email gatewood_b@crane.navy.mil . Please avoid unnecessary communications with the TPOC until the RCO solicitation is published. (C) Contracting Department Point of Contact is Mr. Don Ellison, Code 1162 Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. Mr. Ellison’s telephone number is 812-854-5774, FAX 812-854-5095, e-mail Ellison_db@crane.navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2002). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here to download specs that go with the synopsis
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016402R0014/listing.html)
 
Record
SN00604098-F 20040617/040615213403 (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  © 1994-2020, Loren Data Corp.