DOCUMENT
59 -- UNITED STATES SPECIAL OPERATIONS COMMAND (SOCOM) - Attachment
- Notice Date
- 12/17/2010
- 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
- N0016411RJQ13
- Response Due
- 1/18/2011
- Archive Date
- 2/2/2011
- Point of Contact
- Mr. John Pfender, 812-854-5198,
- E-Mail Address
-
CAL
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. MARKET SURVEY “ SOURCES SOUGHT SYNOPSIS: This is a sources sought announcement for the Spot on Target (SpoTr). The Government is interested in ultimately attaining a device to be used in conjunction with the Handheld Laser Marker (HLM) that allows operators to verify that their 1064-nm energy is on target at the intended ranges of the HLM. The device must be no more than 2 lbs and be operable by a single operator while using the HLM for its intended purpose (Note: one hand needs to remain free for talking on the radio). The SpoTr shall be capable of determining/detecting/verifying 1064-nm laser energy in day, night, or day & night conditions. The SpoTr is intended to provide dismounted SOF operators with spot on target capability that is immediately accessible - i.e. can be worn in a MOLLE pouch on load bearing equipment. The SpoTr shall not produce a visual signature or audible signature that will place a user at risk of detection. Respondents are requested to provide pricing and quickest availability information to include any discounts based on quantity up to 700 units. A respondent to this market survey should have available a majority of the skills and facilities that are required to manufacture the device. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate the ability to obtain those resources in a timely fashion. Interested companies who feel they possess the necessary capabilities should respond by providing the Government the following information: point of contact, address, telephone and fax numbers, email addresses, duns number, cage code and/or tax ID number, size category (large/small, disadvantaged, etc.), location (domestic or foreign), a brief summary of the company ™s capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria. Please provide any information by no later than 18 JAN 2011 to Mr. John Pfender, Code CXMM, Bldg. 3291, NAVSURFWARCENDIV, Crane, IN 47522, e-mail: mailto:john.pfender@navy.mil. The mailing address is NAVSURFWARCENDIV Crane, ATTN: John Pfender, Code CXMM Bldg. 3291, 300 Highway 361, Crane, Indiana 47522-5001 and to the Technical POC, Mr Matthew Thurner. 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 U.S. 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. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Questions regarding this announcement may be directed to the Technical Point of Contact (POC) Mr. Matthew Thurner. Mr. Thurner may be reached via email at: matthew.thurner@navy.mil or via phone at (812) 854-2383. The mailing address is: NAVSURFWARCENDIV Crane, ATTN: Mr. Matthew Thurner, Code JXQR Bldg. 3291, 300 Highway 361, Crane, Indiana 47522-5001. Crane NSWC Acquisition Division Comments: crane_webmaster@navy.mil http://www.crane.navy.mil/supply/homepage.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJQ13/listing.html)
- Document(s)
- Attachment
- File Name: N0016411RJQ13_11RJQ13_ss.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJQ13_11RJQ13_ss.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016411RJQ13_11RJQ13_ss.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016411RJQ13_11RJQ13_ss.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJQ13_11RJQ13_ss.docx)
- Record
- SN02346534-W 20101219/101217234049-0203871b803462ddb9f0a635512124f1 (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 |