MODIFICATION
10 -- SOF Combat Support Rifle (SCAR)
- Notice Date
- 3/23/2004
- Notice Type
- Modification
- NAICS
- 332994
— Small Arms Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-04-R-0001
- Response Due
- 6/19/2004
- Point of Contact
- John Pfender, Contract Specialist, Phone 812-854-5198, Fax 812-854-5095, - Susan Griffin, Contracting Officer, Phone 813-828-7411, Fax 813-828-7504,
- E-Mail Address
-
pfender_j@crane.navy.mil, griffi1@socom.mil
- Description
- ENHANCED GRENADE LAUNCHER MODULE Note: this announcement supplements the previous announcement H92222-04-R-0001 for the SCAR to ADD the EGLM requirements to the SCAR solicitation. The United States Special Operations Command (USSOCOM) anticipates revising the SOF Combat Assault Rifle (SCAR) synopsis/solicitation H92222-04-R-0001 to include the Enhanced Grenade Launcher Module (EGLM) system. The EGLM will become part of the SCAR weapon system. The EGLM was originally synopsized by USSOCOM on January 6, 2004 under RFP number H92222-04-R-0013. The EGLM shall be a single shot, 40mm grenade launcher module that will interface with the SCAR Light (5.56mm) and the SCAR Heavy (7.62mm) assault rifles and shall also possess a stand-alone capability. The EGLM weapon system consists of a 40mm weapon/grenade launcher, fire control and a stand-alone butt-stock assembly. The EGLM system shall have a fire control system providing day and night targeting and range finding capabilities. The EGLM design shall not limit the overall length of the round. The EGLM shall be interoperable with the current family of U.S. munitions, and SCAR L/H. The EGLM should be compatible with USSOCOM SOPMOD equipment. The EGLM shall not pose a safety hazard to the operator or nearby personnel, during handling, transport, storage or use. The EGLM shall incorporate a manual safety device with an integrated safe/fire switch with positive stops. The EGLM system shall provide a method of target ranging that allows operators to determine range to 600 meters, with error not to exceed ±1m, during day, night, and limited visibility. The EGLM system, for area targets, shall achieve 8 out of 10 hits at unknown distances to 200 meters on a designated target and 6 out of 10 hits at unknown distances from 201 meters to 300 meters on a designated target. For point targets, the EGLM shall achieve 8 out of 10 hits on a 36-inch by 36-inch upright target at 100 meters. The EGLM system shall allow the operator the capability of installing/removing the EGLM system to/from the host SCAR weapon or to/from the butt-stock assembly without the use of Special Tools. The government will not require the SCAR product samples to include the EGLM; however, the proposal instructions will require the offeror, in the Technical Area proposal, to address the EGLM in a similar fashion as is currently required of the proposed SCAR H. The eight-year Indefinite Delivery Indefinite Quantity (IDIQ) contract will contain a line item for the EGLM with a minimum quantity of 12/ea complete EGLM systems consisting of weapon, fire control and stand-alone butt-stock assembly. The minimum quantity of 12/ ea will be identified as Engineering Test Units (ETUs) and will be required 180 days after effective date of delivery order (projected delivery date is July 2005). The IDIQ contract maximum cumulative quantity is 21,000/ea 40mm weapon/ grenade launchers, 25,000/ea fire controls, and 25,000/ea stand-alone butt-stock assemblies. The government is not obligated to order more than the minimum quantity. There is a low rate initial production (LRIP) requirement for 250/ea of all three components. The LRIP units have a required delivery of 240 days after effective date of order. Any subsequent orders for any EGLM system component will require delivery to commence 90 days after order with a maximum monthly delivery rate of 500/ea. Delivery terms are FOB Destination (NSWC Crane IN). Numbered note 26 applies. All responsible sources may submit a proposal, which shall be considered by the agency. All offerors are responsible for monitoring the Federal Business Opportunities website at http://fedbizopps.gov/ for release of the upcoming solicitation and any notices. Any questions may be directed in writing, to the following: pfender_j@crane.navy.mil or via facsimile to the attention of Mr. John Pfender at (812) 854-5198. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-NOV-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-04-R-0001/listing.html)
- Record
- SN00707888-F 20041114/041112212925 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |