Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
MODIFICATION

58 -- COMBAT ASSUALT PISTOL (CAP) LASER

Notice Date
4/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016410RJQ59
 
Response Due
6/2/2010
 
Archive Date
6/17/2010
 
Point of Contact
Mr Scott Miller 812-854-8288 Mr Scott Miller, 812-854-8288,email: michael.s.miller11@navy.mil
 
E-Mail Address
POINT OF CONTACT
(michael.s.miller11@navy.mil)
 
Small Business Set-Aside
N/A
 
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/. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. 0001 Amendment should read: The original synopsis for N00164-10-R-JQ59 posted on 26 April 2010 read as follows: "The CAP Laser shall be designed to be conforming to the grip on a Heckler & Koch 45 Compact (HK45C) pistol." Is now being amended to read:"The CAP Laser shall conform to the HK45C grip, trigger guard, or forward rail mount. The features of the CAP Laser shall conform to the shape and interface of the HK45C as best as possible. If the trigger guard or rail mount option is pursued, the housing shall not exceed the width of the HK45C." This action is to procure the Combat Assault Pistol (CAP) Laser. The acquisition will be competitive and the product is a commercial item and will be procured IAW FAR part 12 and 13.5. This acquisition will follow a two phase approach; a best value approach for evaluating offeror's proposals under the Phase One evaluation, as well as evaluation of the awardee(s) pre-production systems under the Phase Two evaluation. The Government intends to procure CAP Laser pre-production and production units that meet the requirements outlined in the performance specification PS/10/JXQR/083. The Government may procure CAP Laser pre-production and production units that exceed the requirements cited in the performance specification and solicitation/contract by using a best value approach. This endeavor will culminate in the award of one or multiple Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contracts with a minimum of 2 and maximum of 1,500. A maximum of three (3) contracts will be awarded on this effort. If multiple contracts are awarded, the outcome of the Phase Two evaluations shall result in down-selecting to one vendor for the purchase of all production units under this procurement, predicated upon at least one offeror submitting acceptable pre-production units. The CAP Laser shall be designed to be conforming to the grip on a Heckler & Koch 45 Compact (HK45C) pistol. It shall not interfere with the operation of the pistol or require a special holster. It shall provide an Infrared (IR) aiming laser that shall be visible on target with image intensification devices at 10 yards. This will provide an aiming point for an operator that is wearing image intensification device. The laser shall be classified as Class 1 per the ANSI standard. The CAP Laser will be used for target aiming during operational situations. This requirement will be 100% set aside for small business and negotiated IAW FAR 19.5, Set-asides for Small Business. Interested parties can download the solicitation from the websites listed above. No hard copies of the solicitation will be mailed. Contractors must be registered with the Central Contractor Registration database. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps and NECO. It is the responsibility of interested vendors to monitor FedBizOpps and NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Interested sources must download from the www site listed and may contact Mr. Scott Miller, Code CXMMZK, at telephone 812-854-8288, Fax 812-854-5066 or e-mail: michael.s.miller11@navy.mil. The mailing address is: Mr. Scott Miller, Code CXMMZK, Bldg. 3291, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. All responsible sources may submit a proposal, which shall be considered. Reference the above solicitation number when responding to this notice or submitting a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016410RJQ59/listing.html)
 
Record
SN02135276-W 20100430/100428235703-740123978b8ae4c95d3486b474cd975d (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.