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 -- AMENDMENT 0002 MINIATURE DAY/NIGHT SIGHT (MDNS)

Notice Date
10/7/2002
 
Notice Type
Modification
 
Contracting Office
N00164 300 Highway 361, Building 2521 Crane, IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0014
 
Response Due
11/16/2002
 
Point of Contact
DONALD B. ELLISON, CONTRACTING OFFICER, DESK 812-854-5774, FAX 812-854-5095.
 
E-Mail Address
Click here to contact the Contracting Officer
(ellison_db@crane.navy.mil)
 
Description
This is Amendment 0004 for a combined synopsis/solicitation for commercial items that was originally issued on 20 February 2003 and is hereby amended as follows: 1. During the Source Selection process, the Government plans to utilize employees from Science Applications International Corporation as advisors to Government evaluators during review of technical proposals and hardware evaluation. 2. All other terms and conditions in the solicitation remain the same. Offers shall be delivered to: Naval Surface Warfare Center, Building 2521, Attn: Don Ellison (Code 1162), 300 Highway 361, Crane, IN 47522-5001. Offers shall not be faxed or e-mailed. All required information must be received on or before 05 MAY 03, 2:30 PM Eastern Standard Time. Mr. Ellison may be contacted at 812-854-5774, FAX 812-854-5095, or e-mail ellison_db@crane.navy.mil.ification has been removed from the upcoming performance specification. The performance specification neither requires nor precludes the use of any specific wavelength; however, the visible laser system must meet the other requirements as detailed in the specification. 8b. Is class III b acceptable for high power (+100mw) mode? ANSWER TO QUESTION NO. 8b: See Performance Specification (Para. 2.1) Tradeoffs will be made between cost, performance, and laser safety requirements. QUESTION NO. 9: This program is based on the SOPMOD M4 Carbine ORD. However, Crane has established numerous other weapons as threshold weapons ( M14, M16, M249,M60, MK11, Mk 43, Mk 46, 5.56 LMG, 7.62 LMG, .300 Win Mag Sniper Rifle, M2.50 cal MG, and .50 cal Sniper rifles). In reviewing the ORD, it would appear these other weapons are not threshold weapons. ANSWER TO QUESTION NO. 9: The specification is currently under review. We are awaiting feedback from the user community on this issue. On 7 May 2001, USSOCOM broadened the scope of the SOPMOD Program to include all small arms organic to Special Operations Forces. QUESTION NO. 10: With the numerous MDNS announcements, we have noted the anticipated close date as 30 AUG 02, however we are still unsure of the projected solicitation release date. Can you please advise an estimated date accordingly or projected response time. Given the high value of this program does the Government anticipate having a presolicitation conference? ANSWER TO QUESTION NO. 10 The estimated solicitation open date is 15 October 02 and the estimated solicitation close date is 15 Nov 02. No pre-solicitation conference is planned. INDUSTRY QUESTIONS AND GOVERNMENT ANSWERS CONCERNING THE VISIBLE BRIGHT LIGHT (VBL) FOLLOW: QUESTION NO. 11: What ruggedization improvements in particular are you asking for? ANSWER TO QUESTION NO. 11: See Performance Specification (Para. 3.3.2.1 & 3.4); QUESTION NO. 12: What are the make and models of the lights that are currently being used? ANSWER TO QUESTION NO. 12: Insight Technologies, Inc, Visible Light Illuminator, NSN: 5855-01-448-5464 QUESTION NO. 13: What are the shortcomings tha t you want improved? ANSWER TO QUESTION NO. 13: See Performance Specification for requirements. (Para. 3.3.2.1 ); QUESITON NO. 14: What weight are you asking for the light to be? ANSWER TO QUESTION NO. 14: See Performance Specification (Para. 3.3.2.1.3.2 ); QUESTION NO. 15: What type of weapon is it going to be used on? ANSWER TO QUESTION NO. 15: See Performance Specification (Para. 6.5); QUESTION NO. 16: The length of time of fire before reload for continuous fire. ANSWER TO QUESTION NO. 16: See Performance Specification for firing schedules. (Para. 3.4.4). QUESTION NO. 17: What is the variety of amounts of light output from flood to narrow beam, the angle of dispersion that is needed, and the angle to which to confine the beam? ANSWER TO QUESTION NO. 17: The specification is performance based. Determining design parameters to meet the performance level is the responsibility of the contractor. A best value determination will be made prior to contract award. QUESTION NO. 18: What is the amount of run time required before the light fails, and the run time on current makes and models. ANSWER TO QUESTION NO. 18: There is no specific requirement for run time; however, a best value determination, with run time being a factor, will be made prior to contract award. No run time data is available for current products. QUESTION NO. 19: Is there a requirement for the number of batteries it takes to operate the light or the types of batteries that are preferred? ANSWER TO QUESTION NO. 19: See Performance Specification (Para. 3.3.2.1.2.4) The specification requires the batteries to be commercially available; however, size, weight, and run time will factor into the best value determination. QUESTION NO . 20: What is the required range the light is able to reach out to and the amount of light that the light is to be able to provide. ANSWER TO QUESTION NO. 20: See Performance Specification (Para. 3.3.2.1.2.8) QUESTION NO. 21: What are the types of controls that are needed. Is the desire to have variable intensity from low to full bright, or to have preset intensities just click to the desired intensity. ANSWER TO QUESTION NO. 21: See Performance Specification (Para. 3.3.2.1.2.2) QUESTION NO. 22: We make an LED light product that can meet military specs are we included in this? ANSWER TO QUESTION NO. 22: See Performance Specification (Para. 3.3.2.1.2.5) The specification that will be published with the solicitation will be updated to replace the word ‘bulb’ with the words ‘light source’ to allow industry more flexibility in meeting the performance requiremen ts. INDUSTRY QUESTIONS AND GOVERNMENT ANSWERS CONCERNING THE INTEGRATED POINTER/ILLUMINATOR MODULE (IPIM) FOLLOW: The solicitation was modified and no longer includes an IPIM as a requested system. Proposals for combined functionality systems such as the IPIM will be considered. INDUSTRY QUESTIONS AND GOVERNMENT ANSWERS CONCERNING THE AN/PEQ-2 INFRARED LASER POINTER/ILLUMINATOR (ITPIAL) FOLLOW: QUESTION NO. 23: What is the desired target range and what is the minimum distance needed to cover? ANSWER TO QUESTION NO. 23: See Performance Specification (Para. 3.3.2.2.1) QUESTION NO. 24: What is the target run time that is desired? ANSWER TO QUESTION NO. 24: See Performance Specification (Para. 3.3.2.2.2.5) QUESTION NO. 25: The request is for improved performance/reflectivity on green and black targets. What is the current effective range and what is t he desired practical range the user desires to have. ANSWER TO QUESTION NO. 25: This requirement is for the visible laser, not the ITPIAL. QUESTION NO. 26: We make green lasers. Are we being included? ANSWER TO QUESTION NO. 26: See Performance Specification (Para. 3.3.2.2.2.4) for IR laser wavelength requirements. There are no specific wavelength requirements for the visible laser; therefore, the specification neither requires nor precludes the use of a particular color visible laser. QUESTION NO. 27: What is the weight and size of the system that is currently being used? What are the size weight targets? ANSWER TO QUESTION NO. 27: The current system measures 6.4 in x 2.8 in x 1.2 in and weighs 7.5 oz with batteries. No specific targets have been set. The system should be packaged as small as possible to not sacrifice performance. QUESTION NO. 28: What patterns are currently being used? ANSWER TO QUESTION NO. 28: Square, Cross, Half-Circle, Triangle, and Circle QUESTION NO. 29: How many more are needed? ANSWER TO QUESTION NO. 29: We are requesting the capability to install interchangeable pattern generators. The number and type of pattern generators is still to be determined. We anticipate quantities of pattern generators to be separate line items in the contract. QUESTION NO. 30: What pulse cycles are being used and what other cycles would be needed? ANSWER TO QUESTION NO. 30: Currently, no pulsing is used. We are requesting the capability to generate multiple operator-perceptible pulsing frequencies. QUESTION NO. 31: What ruggedization improvements in particular are you asking for? ANSWER TO QUESTION NO. 31: See Performance Specification (Para. 3.4) QUESTION NO. 32: What are the make and mo dels of the systems that are currently being used? ANSWER TO QUESTION NO. 32: Insight Technologies, Inc., Infrared Illuminator, AN/PEQ-2, NSN: 5855-01-422-5253 QUESTION NO. 33: What are the shortcomings that you want improved? ANSWER TO QUESTION NO. 33: See Performance Specification, it describes the objective system. INDUSTRY QUESTIONS AND GOVERNMENT ANSWERS CONCERNING THE VISIBLE LASER FOLLOW: QUESTION NO. 34: What is the desired target range and what is the minimum distance needed to cover? ANSWER TO QUESTION NO. 34: See Performance Specification (Para. 3.3.2.3.1) QUESTION NO. 35: What is the target run time that is desired? ANSWER TO QUESTION NO. 35: There is no specific requirement for run time; however, a best value determination, with run time being a factor, will be made prior to contract award. No run time data is available for current prod ucts. QUESTION NO. 36: The request is for improved performance/reflectivity on green and black targets. What is the current effective range and what is the desired practical range the user desires to have? ANSWER TO QUESTION NO. 36: See Performance Specification (Para. 3.3.2.3.3.1) QUESTION NO. 37: What is the weight and size of the system that is currently being used? What are the size weight targets? ANSWER TO QUESTION NO. 37: See Performance Specification (Para. 3.3.2.3.3.7) The current system measures 2.84 in x 2.54 in x 1.52 in and weighs 3 oz with batteries. No specific targets have been set. The system should be packaged as small as possible to not sacrifice performance. QUESTION NO. 38: What patterns is being used? ANSWER TO QUESTION NO. 38: Not applicable. This is an ITPIAL specification. Patterns are not required for the visible laser, but w ill be considered, if offered. QUESTION NO. 39: How many more are needed? ANSWER TO QUESTION NO. 39: Not applicable. This is an ITPIAL specification. QUESTION NO. 40: What pulse cycles are being used what other cycles would be needed? ANSWER TO QUESTION NO. 40: Not applicable. This is an ITPIAL specification. Pulse capability is not required for the visible laser, but will be considered, if offered. QUESTION NO. 41: What ruggedization improvements in particular are you asking for? ANSWER TO QUESTION NO. 41: See Performance Specification (Para. 3.4) QUESTION NO. 42: What are the make and models of the systems that are currently being used? ANSWER TO QUESTION NO. 42: Insight Technologies, Inc., Carbine Visible Laser, AN/PEQ-5, NSN: 5860-01-439-5409 QUESTION NO. 43: What are the shortcomings that you want improved? ANSWER TO QUESTION NO. 43: See P erformance Specification, it describes the objective system. QUESTION NO. 44: While the Passive MDNS section makes allowances for providing improvements to the Rail Interface System, the Active MDNS for which we plan to submit makes no allowances for an improved RIS. It would appear to be in the Government's best interests to not limit manufacturers to similarly submit improvements to the RIS under the Active MDNS subsystem as well. ANSWER TO QUESTION NO. 44: Manufacturers are free to submit proposals on any of the nine subsystems or any combination thereof. The division of subsystems into active and passive groups was for organizational purposes only and was not intended to imply that proposals be submitted for the entire group. QUESTION NO. 45: Section 3.3 SOPMOD Technology Requirements describes "Supplemental specifications" as existing capabilities, however late r under 3.3.2 Group B Active Miniature Day / Night Subsystems the "Supplemental Specifications are termed as minimum performance characteristics, i.e. threshold requirements. This appears to be a conflict. It is our interpretation the Supplemental specifications are not threshold requirements for this solicitation. If these Supplemental specifications contained within the draft solicitation are considered threshold characteristics, they are limiting and overly restrictive. For examples there are numerous supplemental specifications specifying the exact type of switch based on the existing hardware, the exact location of a switch based on the existing hardware, etc. These overly restrictive specifications include but are not limited to sections 3.3.2.1.2.2 Switching Devices, Section 3.3.2.1.2.9 makes no allowances for the desire and ability to combine hardware as specifi ed in the ORD (See Wilcox comment 3), 3.3.2.2.2.3.2 Illumination Laser Beam Divergence, 3.3.2.2.2.6 Mode Switch, 3.3.2.2.2.8 Adjusters, 3.3.2.2.2.11 (makes no allowances for combining hardware as in ORD), 3.3.2.3.2.2 Switching Devices, etc. ANSWER TO QUESTION NO. 45: The specification that will be published with the solicitation has been updated to include designation of KPP’s. The supplemental specifications not designated as KPP’s are tradable. QUESTION NO. 46: SOPMOD M4 ORD specifically states the visible laser pointer, visible bright light, infrared pointer and infrared illuminator can be integrated into a single active modular aiming device or a visible and an IR module. While we have reviewed the draft solicitation, it does not appear to make allowances for the Enhancement of combining all the devices into one system. ANSWER TO QUESTION NO. 46: See Performance Specification (Para. 3.2.15) 3. 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 (07-OCT-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 synopsis
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016402R0014/listing.html)
 
Record
SN00604107-F 20040617/040615213407 (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.