Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2009 FBO #2948
SOURCES SOUGHT

59 -- Light Emitting Diode (LED) Weapon Mountable Light (WML) Product Evaluation Testing

Notice Date
12/18/2009
 
Notice Type
Sources Sought
 
Contracting Office
RDECOM Contracting Center - Aberdeen (RDECOM-CC), ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB10WMLLEDPET
 
Response Due
3/8/2010
 
Archive Date
5/7/2010
 
Point of Contact
Debra Shreve, 703-704-2204
 
E-Mail Address
RDECOM Contracting Center - Aberdeen (RDECOM-CC)
(debra.shreve@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
POC: Mr. James Brown, telephone (703) 704-1205, email: james.wesley.brown1@us.army.mil. This announcement is a Request for Information (RFI) and product samples and is not an Invitation for Bids nor a Request for Proposals. However, a Fiscal Year 2010 acquisition for the WML is anticipated dependent on the availability of funding. This is a market survey to identify any manufacturers who have commercially available LED WMLs that use LED technology and that will interface with current weapon systems in the Army inventory. Sources are sought that can provide COTS items that are already in production and can be expected to be available for comparative testing on 8 March 2010. PM SMS requests interested parties submit eight samples of their products to the address given below. It is further requested that responses be limited to one product model per vendor. The samples will be tested in accordance with the requirements described under System Description. Submitted samples will be returned following testing along with the individual final test results for each product. Units that perform well during the PET and are competitively priced will be placed on the Armys Approved Family of Flashlights List (AFFL) and will be entitled to display the AFFL sticker on their approved product. System Description: The LED WML will give the Soldier the capability to employ a white light that is small and lightweight and can be weapon-mounted or hand-held. When weapon-mounted, the WML will provide the Soldier a capability to identify targets accurately when using the weapon during periods of darkness or limited visibility. The WML will be employed with the following weapons: M16A4 modular weapons, M4/M4A1, M249 (threshold), and M240B (objective). The WML must be able to mount on a U.S. Army Standard Rail (MIL-STD-1913) using an interface device. The WML shall have a fixed beam (threshold) or an adjustable beam (narrow to wide) (objective) that allows illumination of a 20x30x8 foot darkened room or enclosure and shall have a facial recognition range of 20 meters (threshold), 25 meters (objective) inside a darkened room or enclosure. The maximum WML weight with batteries, mounting mechanism, and remote cable shall be 10 ounces (threshold), 6 ounces (objective). The WML shall be compatible with (shall not interfere with) appropriate day/night optics, aiming lights and other weapon accessories. The WML shall have dual activation controls, i.e. an on/off switch located on the device housing and a wired remote control switch. The system shall also have both constant on/off and momentary light capabilities which includes a remote momentary capability. A full-off control shall also be provided on the device housing which will prevent activation controls from functioning. The system must operate on standard military or DOD-approved, commercially available batteries. Acceptable battery performance with the light constantly on will be 1 hour. Degraded battery performance in extreme temperatures or with prolonged use of the light is acceptable. The WML shall include a detachable lens cover/dust cover. The WML shall have an infrared (IR) capability (threshold). The WML must be easily mounted and dismounted by the individual Soldier without special tools. The WML must be capable of being used when Soldiers are wearing the Army issued black leather glove with wool insert. The WML must be compatible with NBC operations and with the full ensemble of Mission Oriented Protective Posture (MOPP) 4 gear when worn by the Soldier in any NBC environment. The WML must provide for one-handed, ambidextrous operation. The WML must be capable of being dropped from 3 feet (threshold), 5 feet (objective), without impacting operational capability. The WML must be capable of being immersed in 3 feet of water. The WML will operate in 5 percent to 100 percent relative humidity without degradation of capability. The vendors response to this market survey must include the following information: (1) a technical description of the product, to include photographs (electronic photographs preferred); (2) current military users/customers of the product, if any; (3) contact information for current military users/customers, if any; and (4) test qualification history of the product, if any. If the item is of foreign origin, vendors must provide information on any military, federal, state, and/or local government plans for procurement and applicable government contract information, if any. Respondents are to send or email this information as indicated below in CONTACT and/or RESPONSES to arrive by 8 March 2010. Respondents are to send eight (8) product samples for testing to the Commander U.S Army Aberdeen Test Center, SST/CIE Team, ATTN: TEDT-AT-WFS, 400 Colleran Rd, Bldg 610, Aberdeen Proving Ground, MD 21005-5009, ATTN: Ms. Elizabeth Richardson/(410) 278-3019. Include operating instructions and a technical point of contact with the samples. CONTACT: Mr. James Brown, telephone (703) 704-1205, email: james.wesley.brown1@us.army.mil. RESPONSES: Send your RFI responses, point of contact data, and product information to PM Soldier Maneuver Sensors, ATTN: James Brown, 10170 Beach Rd, Bldg 325, Fort Belvoir, VA 22060-5800. The lack of a response will not exclude you from any future procurements that might occur. Your response to this Request for Information does not constitute the start of negotiations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/373065bea3846c835cd84e7ab83a01cc)
 
Place of Performance
Address: RDECOM Contracting Center - Aberdeen (RDECOM-CC) ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02027593-W 20091220/091218235201-373065bea3846c835cd84e7ab83a01cc (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.