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
SOURCES SOUGHT

10 -- MINATURE DAY/NIGHT SIGHTS (MDNS)

Notice Date
3/27/2002
 
Notice Type
Sources Sought
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0014
 
Response Due
6/1/2002
 
Point of Contact
Donald Ellison, Contracting Officer, 812-854-5774, FAX 812-854-5095
 
E-Mail Address
Click here to contact the Contracting Officer
(ellison_d@crane.navy.mil)
 
Description
1. DESCRIPTION: This announcement constitutes a Commercial Agency Announcement (CAA) and a synopsis of an upcoming solicitation. 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 Operations Peculiar Modification (SOPMOD) Program. A solicitation will be published on or about April or May of 2002 that seeks to award contracts to vendor(s) who can provide Miniature Day/Night Sight (MDNS) development. The envisioned development will lead to small arms sighting subsystems that are suitable for special operations combat. The solicitation will seek Indefinite Quantity/Indefinite Delivery (IDIQ) contractual vehicles to provide both developmental an d production items. These may be Non-Developmental Items (NDI) or Commercial Off-The-Shelf (COTS), however previous market research indicates that all items of interest will require some degree of modification, miniaturization, hardening, or other Engineering Manufacturing Development (EMD) to be made suitable for Special Operations Forces (SOF) use. 2. BACKGROUND: Special Operations Forces (SOF) operates around the world in extreme conditions including underwater, surf-zone, desert, arctic, jungle, and urban environments. They subject their weapons and aiming accessories to extremely high usage rates and stresses. Due to the manner in which SOF utilizes its aiming accessories, current SOPMOD accessories are not effective enough to support optimized SOF use. Although the currently fielded aiming devices meet previous performance and design specifications, these devices ha ve exhibited performance characteristics that do not meet SOF requirements when subjected to the extreme operational conditions imposed upon them by SOF operators. 3. GENERAL, PERFORMANCE GOALS AND RESEARCH OBJECTIVES: MDNS Development sources are sought for the development of new items or the adaptation of NDI/COTS items that provide miniaturized day and night aiming capabilities to SOF operators. MDNS sub-systems, when mounted on small arms, will allow the SOF operator to acquire, identify, and accurately fire on enemy targets in combat. A secondary mission of these MDNS systems is to provide target observation, illumination, and marking. The developments and improvements required are summarized below based on current aiming devices in the SOF inventory. The below is neither criticism nor endorsement of items in the SOF inventory; rather these current SOF sub-systems ar e listed as baselines and common reference sub-systems for future measurements of increased performance and effectiveness. (a) Sub-systems sought: Detailed requirements will be published in the RCO solicitation. The following summary improvements to existing fielded systems are desired…Improved/miniaturized versions, or alternative items are sought to replace or supplement the following SOPMOD subsystems, in order of priority: Group A, Passive Miniature Day/Night Sight Subsystems: (1) 3.5X-10X and 2.5X-8X SPR Special Purpose Receiver (SPR) Sights, (2) Clip-On Night Vision Device (CNVD), (3) Miniature Night Vision Sight (MNVS), (4) ACOG Reflex Sight (5) ACOG 4X Sight A(1) 3.5X-10X and 2.5X-8X Special Purpose Receiver (SPR) Sights: improved day/night aiming capability, miniaturization, better resistance to fogging in rain and high humidity conditions, improved instantane ous sighting capabilities, instantaneous backup capability when lens is occluded by rain, mist, or debris, improved stadiametric aiming capability (improved mil-dot/stadia line characteristics at all power settings), size and weight reductions, improved reticle illumination (illumination of entire reticle), reticle magnification to match scope power adjustments (first focal plane reticle), range and bullet drop compensation adjustments visible on the reticle both day and night, spirit level or cant indicator at base of reticle, anti-reflective capability, reduced snag hazard, and lower power settings suitable for Close Quarters Battle (CQB) operations. Presently, there are no IDIQ contracts for 3.5X-10X SPR Riflescope Sights. The SOPMOD Program has a requirement to establish an IDIQ contract for this variety of sight. A(2) Clip-On Night Vision Device (CNVD): The CNVD integr ates standard daylight optics with night vision systems. The CNVD is clipped on only when needed. The CNVD obviates a nighttime capability shortfall with all standard optical sights, such as the SPR Sight and the AGOG 4x. The CNVD alleviates risk to operators who must currently remove daylight optics and replace them with night optics at dawn and dusk. This current scenario, requiring a day sight and a night sight, rather than 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 SOPMOD Program has a requirement to establish an IDIQ contract for this variety of sight. A(3) 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(4) 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, reduce d 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(5) 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. Group B, Activ e Miniature Day/Night Sight Subsystems: (1) Visible Bright Light (VBL), (2) Integrated Pointer/Illuminator Module (IPIM), (3) AN/PEQ-2 Infrared Laser Pointer/Illuminator (ITPIAL), (4) 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) IPIM: Increased range capability, improved power consumption, improved performance/reflectivity of visible lasers against green and black targets, weight and size reduction, improved performance in rain and high humidity, and ruggedization. All contracts for the IPIM have expired. T he SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. B(3) 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(4) 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 Program desires to establish a new IDIQ contract for this variety of sight, or to obtain a similar contract for a subsystem that combines th is capability into a unified system, such as IPIM above. (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: (1) increased User Acceptance to include: improved operational suitability, improved performance in semi-automatic and full automatic fire, increased range, snag free in movement through vegetation and battlefield obstacles. Increased hit scores by SOF operators during day, night, rain, mist, smoke, vegetation, fog, dust, and extreme low light conditions (2) miniaturization, including reductions in both size and weight, with an objective of increased weapon portability and better weapon balance during the act of fir ing (3) increased reliability, durability, corrosion resistance, ease of cleaning, (4) 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) recoil shock endurance sufficient to allow use on all SOF small arms (7) improved safety, (8) low optical augmentation retro-reflection, (9) improved lens performance in rain, fog, snow, dust, and other atmospheric conditions, e.g. transparent sacrificial lens covers, (10) decreased life-cycle support costs. 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 t o offerors in accordance with the following plan: (A) RCO Solicitation is to be published on or about April or May 2002. The RCO solicitation will provide the government requirements in detail. Please do not respond to this advisory announcement until such time as the RCO solicitation is published. (B) Solicitation is planned to close on or about May or June 2002. Upon the closure date and time, 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. A Source Selection Panel will evaluate the technical proposals, screening them to establish the competitive range. A Source Selection Board (SSB) will be convened. The SSB will consist of an Operational Evaluation Tea m (OET), a Technical Evaluation Team (TET), and a Contracting and Management Evaluation Team (CMET). A Test and Evaluation Review Panel (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 scores and for source selection documentation at all stages of source selection. Also, an SSB Chairman will be assigned by the Source Selection Authority (SSA) to chair the SSB. 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 tech nical 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. Vendors 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. This project seeks to field equipment in a time frame that is relevant to current conflicts. Delivery of first articles is August 2002 (Objective), and March 2003 (Threshold). Offerors of proposals found to be in the competitive range will be invited to renovate their proposals based on S SB findings, and to proceed to the next stage of competition, which will be Oral Presentation/Demonstration. (C) Oral Presentations/Demonstrations, followed by awards will be conducted on or about June or July 2002, at a location to be announced. The SSB will hear oral presentations made by the offerors in the competitive range and clarify the offerors’ technical proposals through questioning. The SSB may opt to require demonstrations, to include live-fire demonstration and evaluation, during this stage of competition. Upon completion of Oral Presentations/Demonstrations, the SSB will conduct a second 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. In order to avoid unreasonable governmen t 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. (D) Follow-on Developmental and Operational Testing will be conducted on a schedule to be determined by the contact negotiation and award process. 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. Rick Osmon, Code 805B, telephone (812) 854-5349, FAX 812-854-3665, email osmon_s@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 (27-MAR-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
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016402R0014/listing.html)
 
Record
SN00604119-F 20040617/040615213526 (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.