Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SPECIAL NOTICE

12 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MINIATURE AIMING SYSTEMS - DAY OPTIC SIGHTS (MAS-D) SQUAD - VARIABLE POWER SCOPE - CONTROLLED DOCUMENTS

Notice Date
12/12/2016
 
Notice Type
Special Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNB31
 
Archive Date
1/27/2017
 
Point of Contact
D. Scot Curry, , Casey Bault,
 
E-Mail Address
david.curry@navy.mil, casey.bault@navy.mil
(david.curry@navy.mil, casey.bault@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NB31 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MINIATURE AIMING SYSTEMS - DAY OPTIC SIGHTS (MAS-D) SQUAD - VARIABLE POWER SCOPE - FSC 1240 - NAICS: 333314 Issued Date 12 DEC 2016 - Closing Date 12 JAN 2017 - 3:00 PM MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this RFI/sources sought announcement as part of a market survey. Naval Surface Warfare Center (NSWC), Crane Division is seeking information from industry pertaining to the Miniature Aiming Systems - Day Optic Sight (MAS-D) Squad - Variable Power Scope (S-VPS). The S-VPS is a low profile, wide field of view, passive scope for near-range engagements out to and beyond the maximum effective range of the weapon system, for small arms employed by Special Operations Forces (SOF) to include assault rifles (AR), Light Machine Guns (LMG's), and Designated Marksman Rifles (DMR's). This includes but is not limited to the M4A1, MK17, CSASS (Nomenclature TBD), M110K, MK13, MK15, M110, M2010, M107 and any other current or future rifles with an integral accessory rail. S-VPS is a magnified optic to improve target acquisition between 0-600m. The S-VPS includes a non-caliber specific reticle, is variable power, and incorporates an illuminated aim-point. This effort is underway to gauge potential interest, establish the current state of industry, identify marked improvement in performance over fielded equipment, and assist in specification refinement and validation. Attached is the draft S-VPS Performance Specification for review and comment. The Weapons Accessories (WPNACC) / Special Operations Peculiar Modification Kit (SOPMOD) Program managed at NSWC Crane is interested in receiving Performance Specification feedback and product information from industry in support of the MAS-D Squad mission areas. This submission may be in the form of commercial product literature, operating instructions, and/or supplemental technical documentation that define the item and associated hardware. Suggested areas of interest for advanced technology are listed, but not limited to, below: -Advancements in Materials and Designs -Size & Weight Reduction -Improved lenses and lens coatings (hydrophobic, anti-reflectivity, etc.) -Adaptive optics -Improvements in Infrared Signature Reduction -Improved Methods of Attachment and Integration -Improved Sustainability for Life Cycle Cost Reduction -Improvements in System Accuracy, Interoperability and Reliability -Improvements in Tactical/Operational Suitability Potential sources should also provide any test results on the item if applicable. A technical description of the product, such as physical characteristics, operational features, performance data, photographs, and a rough cost estimate should be included. Submissions may be sent by any government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. All interested parties are strongly encouraged to submit an abbreviated synopsis or white paper, preferably in the form of a "Quad Chart". This white paper should not exceed 3 pages per item, with an executive summary (short paragraph) on the effort, a technical description of the effort, a preliminary schedule, identification of risks, current Technology Readiness Level (TRL) and a cost estimate that includes Test, Tear-Down, and Evaluation (TT&E) Costs and Repair Costs, if feasible. Offerors should submit the white papers electronically prior to 3:00 p.m. on 12 January 2017. Submittals after this date will still be accepted. White papers may be submitted any time prior to expiration of this announcement. White Paper • Questions/Concerns about the draft performance specification - no page limit • Specification Matrix - Answer if products currently meet the thresholds and objectives, and if not, include an anticipated timeline • Discuss other technologies not captured in specification that could be of benefit to the SOF operators in a squad environment - not to exceed 5 pages Quad Chart • Development Lead Time • Production Cost Estimate • Advanced Technology Areas Addressed • Current TRL of Solution Draft Performance Specification: Please read the performance specification carefully and identify questions and concerns with the draft performance specifications. Questions to answer: Can you meet these Performance Specification requirements and if NOT, what is needed in regards to time, schedule, and cost required to meet the requirements? Please note if you take any exceptions to any part of the Draft PS in both Threshold and Objective Requirements. 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 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: N00164-17-S-NB31 It should be noted that the Government plans to use employees from Science Applications International Corporation (SAIC), TriStar Engineering (TSE), Mulbeck LLC, and possibly other direct Government contractors as advisors to the Government. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at http://www.dlis.dla.mil. The controlled attachments will be posted to FedBizOps at the same time the RFP is posted. FedBizOps may be accessed at http://www.fbo.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. 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 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. White papers may be submitted any time prior to expiration of this announcement. The following e-mail point of contact is provided for information regarding technical programs/technologies of interest within the warfare areas supported by the VASWA/SOPMOD Program and for submission of white papers: Mr. D. Scot Curry e-mail: david.curry@navy.mil. The contracting POC is Mr. Casey Bault e-mail: casey.bault@navy.mil. DO NOT send white papers to the contracting POC. Please refer to announcement number N00164-17-S-NB31 in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB31/listing.html)
 
Record
SN04349347-W 20161214/161212234427-bc00625f21e370fa2ccc649156416c32 (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.