Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2005 FBO #1138
MODIFICATION

58 -- Night Vision Weapon Sights

Notice Date
12/20/2004
 
Notice Type
Modification
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
Reference-Number-R2005
 
Point of Contact
Kathleen Henderson, Contract Specialist, Phone 813-828-4820, Fax 813-828-7504,
 
E-Mail Address
henderk@socom.mil
 
Description
The United States Special Operations Command has a requirement for a multi year procurement of a minimum of 20 and up to 3000 commercially available, lightweight, in-line, long range Night Vision Weapon Sights for long gun application up to and including 50 caliber. The desired Optimal Resolution is 4.2 cycles per milliradian (cy/mr) or better. The in-line sight must interface with existing day scopes including but not limited to Leupold Model 10X M3 Mark 4, Leupold Model 3.5X to 10X x 40mm varipower, Leupold Model 4.5X to 14X x 40mm varipower, Night Force 5X to 22X varipower or equivalents without having to adapt/modify existing scope rings, current day scope or shooter’s firing positions. The system must also be able to mount on MIL-STD-1913 rails using a single throw lever type mounting system (Knight’s Armament PN: 22097 Knightscope base assembly) or equivalent. In addition to system procurement, the 5-year ID/IQ contract will include operator and maintenance training, development and production of operations and maintenance manuals, and sustainment to include repair parts and OEM depot level repair for up to five years. The contract’s minimum quantity is anticipated to be 12 ea and the contract’s maximum quantity is 3,000 ea. Anticipated delivery is 50-100 per month. The Government anticipates a Request for Proposal NLT 30 November 2004, with estimated proposal due date of 14 January 2005. The Government may award single or multiple contracts. The government reserves the right to select multiple offerors, a single offeor, or no offeror for award. Proposals may be selected and/or award decisions made without discussions or negotiations. Offerors will be required to submit two (2) each production ready samples to be timely submitted with their proposal at no charge to the Government. This synopsis does not constitute an Invitation for Bid or Request for Proposals, and is not to be construed as a commitment by the government to issue an order or otherwise pay for the information solicited. Contact Kathleen Henderson @ 813-828-4767, henderk@socom.mil if you have any questions concerning this information. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-JAN-2005, 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/ODA/USSOCOM/SOAL-KB/Reference-Number-R2005/listing.html)
 
Place of Performance
Address: TBD
 
Record
SN00730628-F 20050107/050105213655 (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.