Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
DOCUMENT

99 -- SOURCES SOUGHT SYNOPSIS - ENHANCED OPTICAL COMBAT SIGHT - OPTIMIZED - (ECOS-O) - Attachment

Notice Date
2/24/2012
 
Notice Type
Attachment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412SNB02
 
Archive Date
4/30/2012
 
E-Mail Address
POINT OF CONTACT
(gary.frye1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane. The United States Government (USG) is issuing this sources-sought announcement as part of a Market Survey and Request for Information (RFI) and is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for market research purposes for an Enhanced Combat Optical Sight “ Optimized (ECOS-O).The objective of this announcement is to release a draft performance specification for ECOS-O with the intent to elicit comments from industry and academia to help further shape the specification before solicitation. The Closing Date for receipt of comments on the draft ECOS-O performance specification is 3/30/2012. This announcement is a public invitation. Failure to participate or provide written feedback to the draft performance specification will not preclude abstaining vendors from bidding on possible future solicitations. This announcement is part of the full-, free-, and open- competition process, which encourages industry and academia to help shape Government specifications to match what is possible, affordable, and timely. Failure to participate in this open pre-solicitation conference or to provide written feedback may result in a future Government performance specification over which the abstaining vendors have limited influence in the acquisition process, and may deprive abstaining vendors of potentially valuable direct early interaction with contracting officials and acquisition planners. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The Government does not intend to pay for any information furnished pursuant to this RFI. Nor is the Government tasking any offeror to develop any technologies described herein. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses received after 30 March 2012 may or may not be considered in the government's analyses. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as œwhite paper ). This white paper should not exceed 15 pages written (Times New Roman, 12 font) or MS PowerPoint slides, (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), with an executive summary (short paragraph) on the effort, a technical description, identification of risks, current Technology Readiness Level (TRL), operational availability data, Reliability-Availability-Maintainability (RAM) data, and an estimation of cost including Life Cycle Costs (10 year estimates for annual preventative maintenance, repair, and component replacement parts cost). Cost estimates shall include, if applicable, any non-recurring engineering costs as well as procurement costs with lead time for availability. Additional information in the executive summary should include a discussion of the proposed solution to NSWC Crane ™s requirements to include; proposed product maturity*, current status of proposed product (concept, brass board, engineering model, in production)*, any test results if applicable, pictures if applicable, and product literature. White paper should include a matrix that includes the firm ™s ability to meet the threshold and/or objective requirements as outlined in the performance specifications and identifies any limitations with meeting the required thresholds outlined in the performance specifications. Interested sources should submit the white paper electronically or in hard copy to the Points of Contact (POCs) listed below: Provide responses no later than 30 March 2012 to the Technical Point of Contact, Mr. Brian Dean at the following address: NSWC Crane, 300 Highway 361 Mr. Brian Dean “ Code JXQR - Building 3291 Crane, Indiana 47522 Provide a courtesy copy to Mr. Gary Frye (Contract Specialist). NSWC Crane, 300 Highway 361 Mr. Gary Frye “ Code CXMM - Building 3291 Crane, Indiana 47522 White papers and product brochures may be submitted any time prior to expiration of this announcement. The white paper in response to this notification, should address in detail how the manufacturer intends to meet the ECOS-O requirement. Summary of the firm's capabilities needs to address as a minimum the following: Proprietary information shall be clearly marked. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. The Government will NOT be responsible for any proprietary information not clearly marked. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-12-S-NB02 Interested parties may also submit supplemental hardcopy materials such as brochures, CDs, etc. to the following address: NSWC Crane, 300 Highway 361 Mr. Brian Dean “ Code JXQR - Building 3291 Crane, Indiana 47522 Additional materials provided do not count towards the 15 page limit for the white paper submittal. Contractors must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.bpn.gov/ccr/contractors.aspx. The draft specification attachments will be posted to FedBizOpps at the same time the synopsis is posted. FedBizOpps may be accessed at http://www.fbo.gov. The following point of contact is provided for information regarding technical issues: Mr. Brian Dean Phone:(812) 854-2219 E-mail:brian.dean2@navy.mil Questions regarding contract issues relative to this announcement should be directed to Mr. Gary Frye, Contracting Specialist, Code CXMM, telephone 812-854-8890, fax 812-854-5066, e-mail gary.frye1@navy.mil. Complete mailing address is: Code CXMM, Bldg. 3291, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412SNB02/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412SNB02_12SNB02_ss.docx (https://www.neco.navy.mil/synopsis_file/N0016412SNB02_12SNB02_ss.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016412SNB02_12SNB02_ss.docx

 
File Name: N0016412SNB02_DRAFT_ECOS-O_Performance_Specification_2.23.2012.pdf (https://www.neco.navy.mil/synopsis_file/N0016412SNB02_DRAFT_ECOS-O_Performance_Specification_2.23.2012.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0016412SNB02_DRAFT_ECOS-O_Performance_Specification_2.23.2012.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02683211-W 20120226/120224235744-64ce401ce4a9d257d24c55247b2ffc56 (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.