Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
SOLICITATION NOTICE

10 -- Sniper Weapon Tripod (SWT)

Notice Date
12/8/2010
 
Notice Type
Presolicitation
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-11-R-F005
 
Response Due
3/17/2011
 
Archive Date
3/16/2012
 
Point of Contact
Kathleen Notaroberto, Contract Specialist, (973)724-7185
 
E-Mail Address
Kathleen Notaroberto
(kathleen.notaroberto@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
US Army Joint Munitions and Lethality, Contracting Center, Picatinny Arsenal,NJ on behalf of the US Army ARDEC, Small Arms Technology Branch and Program Manager Individual Weapon (PMIW), has interest in procuring a commercial off the shelf (COTS), Sniper Weapon Tripod (SWT) Kit. The tripod will be utilized with the US Army Sniper Weapon Systems to provide individual Snipers with the ability to support and steady the front of the Sniper Weapon Systems while in covert positions and to improve shot placement/lethality and Sniper survivability.. The Sniper Weapon Tripod (SWT) Kit, will contain a tripod, tripod head, weapon interface, user manual and soft carrying case. The Sniper Weapon Tripod Request for Proposal (RFP) will be issued as a Small Business Set-Aside, with the intention of awarding a five-year Indefinite Delivery/Indefinite Quantity Contract. The contract will contain five (5) out year ordering periods, with a total period of performance up to 60 months after contract award. FFP delivery orders shall be placed against the contract as requirements are identified with the minimum ordering obligation of 325 and a total maximum quantity of 6,500 SWT Kits. The contractor must be able to sustain a delivery schedule with a minimum delivery rate of 150 tripods each per month. The tripod shall consist of a three-legged and telescoping support structure with each leg in direct contact with the ground. The center shaft does not contribute to the overall leg count. The tripod shall include a center shaft that provides height adjustment, with a minimum range of Low 21 to 30 inches [53.3 to 76.2 cm] and High 57 to 70 inches [144.7 to 177.8 cm]. The maximum leg spread, as measured between any two feet, shall not exceed 30 inches [76.2 cm] for the low range and 38 inches [96.5 cm] for the high range. The tripod kit shall consist of a grip-action ball-head tripod head that will allow for use by both right and left handed shooters. The tripod head shall allow angular displacement for pan adjustment of 360 degrees, and tilt adjustment minimum of 90 degrees. The tripod kit shall consist of a quick-release plate that directly interfaces with the MIL-STD-1913 Rail, operated by a single lever control mechanism. The tripod kit shall consist of a quick-release padded rifle shooting rest that interfaces with the quick-release system. The tripod kit shall include a soft carrying case that stores the tripod assembly. The tripod assembly including the tripod, tripod head, and weapon interface shall weigh no more than eight (8) lbs [3.6 kg] or six (6) lbs [2.7 kg] or less. The length of the tripod when folded and configured for storage shall not exceed thirty (30) inches [76.2 cm]. The tripod assembly, when fully extended, shall withstand a minimum load capacity of twenty (20) lbs [9 kg] or greater than thirty five (35) lbs [15.8 kg]. The external surfaces of the tripod assembly and soft carrying case shall have a non-reflective matte finish that is compatible with the current Army camouflage colors. The tripod kit shall survive in operational military environments in accordance with MIL-STD-810. The primary delivery destination shall be Red River Defense Distribution Depot, Texarkana, TX. However, the Government will reserve the right to place orders with alternate delivery destinations. This pre-solicitation notice does not constitute a formal RFP. Information contained within this pre-solicitation notice may be superseded, expanded, or replaced by information contained within the RFP. Please reference the actual RFP upon proposal submission. The anticipated issuance of the Request for Proposal (RFP) W15QKN-11-R-F005 is on or about 24 February 2011. All responses to this pre-solicitation notice shall be in writing. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The point of contact for this action is: Kathleen NotarobertoContract SpecialistKathleen.notaroberto@us.army.milPhone: 973-724-7185Fax: 973-724-3340 Contracting Office Address:US Army Contracting CommandJoint Munitions & Lethality Contracting CenterBuilding 9Picatinny Arsenal, NJ 07806-5000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de32f0efa72e70706e1cabf80299b8d3)
 
Record
SN02340554-W 20101210/101208234053-de32f0efa72e70706e1cabf80299b8d3 (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.