Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOURCES SOUGHT

99 -- Rifle Accessory Control Unit for Mounting on M16/M4

Notice Date
8/4/2010
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M67854I1104
 
Response Due
8/27/2010
 
Archive Date
9/27/2010
 
Point of Contact
Mr. Carl Desantis: carlpaual.desantis@usmc.mil
 
E-Mail Address
contract specialist
(betty.cartis@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) describes a capability of interest to the USMC and requests information to assess the industry's capability to provide a materiel solution. Information gathered from vendors in response to this RFI will be used to help generate USMC performance requirements. The information provided in this RFI is notional and may change. The Government is under no obligation to revise any aspect of this RFI should any information provided herein change. The Government will provide any additional information and issue any additional requests for information at its sole discretion via the FedBizOpps and/or NECO websites only. Background: Currently the Marine rifleman mounts a variety of electronic lights, lasers and optics on his weapon, along with radios on his body armor. Controlling the functionality of these items often requires the Marine to remove a hand from his weapon to manipulate each device individually or to utilize a single item controller or pressure switch. The USMC desires a single device, which attaches to the weapon that can control multiple electronic items based on any mission configuration requirements. Desired Capability: 1.A control device which mounts on the MIL-STD-1913 rail and/or STANAG 4694 NATO Accessory Rail on the M16A4 & M4. 2.The control device could be adapted to operate on the M203 40mm Grenade Launcher while the M203 is mounted on the M16A4 or M4. 3.A control device which allows users to control the basic functions of some of the following items: AN/PVS-29 Visible Light Illuminator Replacement (Surefire), AN/PAS-13D Thermal Weapon Sight, AN/PVS-17C I2 Weapon Sight, AN/PAS-27 Individual Weapon Night Sight-Thermal (IWNS-T), AN/PVS-24A Individual Weapon Night Sight-Image Intensifier (IWNS-I2), AN/PEQ-16A Mini-Integrated Pointer Illuminator Module (MIPIM), AN/PRC-153 Integrated Intra Squad Radio (Motorola), AN/PRC-152 Tactical Hand Held Radio (Harris), QuietPro Tactical Headset (NACRE) or similar items. 4.The control device shall connect to items using wires or wirelessly. 5.The control device can be operated without changing hand placement on the weapon. 6.The control device must be able to operate while the user is wearing gloves. 7.The control device must not interfere with the operation of the weapon. 8.The control device must be rugged and able to handle the shock from repeated weapon firings and high temperature from a hot barrel. Requested Information: Vendors are requested to provide the following information on the ability of their system to meet the desired capability: 1.General description explaining how the device functions 2.Mounting location on the M16A4 and/or M4 and M203 3.Size 4.Weight 5.Power source and duration 6.Wiring description (wire type, connector type, routing on weapon) 7.Wireless description (transmission protocol, range) 8.Environmental tests completed 9.Electro Magnetic Interference (EMI) tests completed 10.Technology readiness level/current level of development 11.Actual or planned production capability (quantities and availability dates) 12.Cost of control device 13.Current or planned users of the device Responses: In accordance with FAR 15.201 (e), the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. This RFI is for informational purposes only, and does not constitute a solicitation for proposals or otherwise obligate the Government to issue any solicitation for proposals. Vendors/interested parties are solely responsible for all costs and expenses associated with their respective response to this RFI. The Government will not reimburse vendors/interested parties for any costs associated with their respective response to this RFI, including, but not limited to any cost associated with any submission or information provided to the Government. Response Format: Vendors that believe they are capable of providing a capability solution, as described above, are invited to express their interest by responding to this RFI with a white paper in Microsoft Word for Office 2003-compatible format. RFI responses are limited to 20 pages, including cover and administrative pages, and must be delivered using 10 point font or larger. Vendor proprietary information must be marked as such on a page-by-page basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Additionally, vendors are requested to provide the following information in their RFI response: (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; and (b) indicate business size (i.e., large, foreign, small disadvantaged, veteran owned, minority owned, etc) to the Government representative listed below. Response Deadline and Submission: Responses must be submitted by mail or electronic mail. Email is the preferred method of communication. Email responses to this RFI shall be sent to Carl Desantis at carlpaul.desantis@usmc.mil and a courtesy copy to betty.cartis@usmc.mil at the Marine Corps Systems Command. Responses shall be submitted no later than 1400 Eastern Standard Time on 27 August 2010. Please note that any submissions received will not be returned. Questions must be submitted in writing to the email addresses listed prior to the closing date of the RFI. The following contact information is provided: Email responses to: carlpaul.desantis@usmc.mil cc: betty.cartis@usmc.mil Mail responses to: Commander Marine Corps System Command IWS-MERS ATTN: Mr. John Wahl 2200 Lester Street Quantico, VA 22134
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M67854I1104/listing.html)
 
Record
SN02229347-W 20100806/100804235630-cd7a2b3bfcfc4ea1760ebfc89830237d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.