Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOURCES SOUGHT

10 -- Request for Information

Notice Date
4/10/2007
 
Notice Type
Sources Sought
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016407R4827
 
Response Due
5/10/2007
 
Archive Date
7/15/2007
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/synopcom.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. This market survey is intended to obtain information on a commercially available/non-developmental item for the next generation MK49 MOD0 Gun Weapon System also known as the Remote Operated Small Arms Mount (ROSAM) system. The current ROSAM system includes the following components: stabilized remote controlled weapons mount, a means for video auto-tracking, weapons interface medium which at a minimum can support either a MK19 40mm Grenade Launcher or a M2HB .50 caliber Machine Gun, control station, external cabling, and on-mount sensor(s) suite capable for both day and night operations. Critical characteristics of the ROSAM are that the weapon station is no more than 350 pounds without weapons and ammunition, able to function with a minimum of a 200 pound applied load at the gun location, fit on a standard Navy weapons tripod or equivalent stand, has a slew rate of at least 50 degrees per second in elevation and azimuth, with a minimum elevation movement range of 80 degre es and minimum azimuth range of 359 degrees. The system has a pointing accuracy not greater than 6 milliradians, operates from a single 24 VDC 30 amp source, and uses standard industry message traffic communications such as RS-232, RS-422, RS-485 or Ethernet based protocols. Video from the system is NTSC format and capable of producing both raw and aiming overlays video signals. The new MK49 MOD1 system must perform as well or better than the existing MOD 0 configuration within the same maritime environment as described above. The main difference expected of the MOD1 system is that the normal operating station can be removed so that the weapon station/weapon can be controlled via a standardized operator console like the Navy?s AN/UYQ-70 Command and Decision Console. In order to accomplish this, the Government will develop its own operator user interface using contractor furnished software interface control documentation. This system will be used mainly with the Navy?s Shipboard Protection System program, but may be used as stand alone systems similar to the current MOD 0 systems. This RFI is open to both domestic and foreign sources of supply. Responses are required to include the firm name, mailing address, telephone and facsimile numbers, World Wide Web (Internet) presence (if any), size of firm, number of years performing related work and direct points of contact including e-mail addresses. Technical information documenting functional characteristics and test data to collaborate said characteristics should accompany any responses. Only written responses transmitted electronically, or by mail will be accepted. Electronically submitted responses on CD are preferred. Material being forwarded for this request can be sent to the following: dennis.ball@navy.mil. Responses to this announcement should be received NO LATER THAN 10 May 2007. Respondents can send CD?s and other data to: Commanding Officer, NSWC Crane Division, Code 0562NC, Bldg 2521, 300 Hwy. 361, Crane, IN 47522, ATTN: Mr. Dennis J. Ball. This sources sought announcement is for information and planning purposes only. It does not constitute a solicitation and should not be construed as a commitment of any kind by the Government to issue a solicitation or ultimately award a contract. All information will be considered. This is not an Invitation for Bids (IFB), a Request for Quotations (RFQ) or a Request for Proposals (RFP). The Government will not provide payment for any information provided in response to this synopsis, nor will the Government return any data provided. All data will be for official Government use only. All proprietary or classified information will be treated appropriately.
 
Web Link
TO DOWNLOAD SOURCES SOUGHT
(http://www.crane.navy.mil/acquisition/synopcom.htm)
 
Record
SN01270275-W 20070412/070410221253 (fbodaily.com)
 
Source
FedBizOpps 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.