Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOURCES SOUGHT

10 -- Market Survey: Grenadier Sighting System (GSS) for the M320 Grenade Launcher

Notice Date
7/9/2012
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, ATTN: AMSTA-AQ-AP, Building 9, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-X-E013
 
Response Due
8/8/2012
 
Archive Date
10/7/2012
 
Point of Contact
Holly Gregg, 9737243214
 
E-Mail Address
ACC - New Jersey
(holly.gregg2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Army Contracting Command-New Jersey-Soldier Weapons Contracting Center, in support of Project Manager Individual Weapons, is conducting a market survey to identify multiple sources/vendors capable of producing a Grenadier Sighting System (GSS) for the M320 Grenade Launcher. The M320 is a replacement for the M203 Grenade Launcher and is currently fielded with a folded leaf sight and a handheld laser range finder. The GSS shall enhance the grenadier's lethality by providing day and night targeting capability. Specific Grenadier Sighting System attributes/capabilities are as follows: 1. The GSS shall provide the individual Soldier with the ability to quickly and accurately engage with the M320 Grenade Launcher day or night. 2. The GSS shall be capable of mounting to the M4 Carbine forward rail when the M320 is in the under barrel configuration as well as be capable of mounting on the top of the M320 when carried stand alone. 3. The GSS, with batteries, shall weigh no more than 9 ounces. A weight of no more than 7.5 ounces is desired. 4. The GSS, with batteries, shall be no more than 35 cubic inches in volume. A volume of no more than 16 cubic inches is desired. 5. The GSS shall provide a non-magnified, illuminated reflex sight with adjustable illumination. 6. Illumination shall be compatible with image intensified (I2) devices on low power and be daylight visible on high power. 7. The GSS will allow the operator to aim the proper super-elevation, based on the range value to the target and the ballistics of the ammunition. 8. The GSS shall achieve accuracy equa1 or better than the current baseline system, M320 with leaf sight, during day and night time conditions across the range band of 100m thru 350m. 9. The GSS shall provide a M320 compatible centerline mounting bracket for mounting GSS on the M320 in the stand alone configuration 10. The GSS shall retain zero when dismounted and mounted on the same weapon within 0.5 mrad. The capability for the GSS to retain zero when dismounted and mounted on the same weapon within 0.25 mrac is desired. 11. The GSS shall attach to the MIL-STD 1913 rail without the use of special tools. 12. The GSS, while continuously mounted on the M4, shall maintain zero within 1.0 mrad after firing three basic loads of 5.56mm and M433 40mm Low Velocity ammunition. The capability for the GSS continuously mounted on the M4, to maintain zero within 0.5 mrad after firing three basic loads of 5.56mm and M433 40mm Low Velocity ammunition is desired. 13. The GSS shall utilize batteries currently in the Army supply system (AA, CR 123, CR 2032). 14. The batteries shall be easily replaced without removing the GSS from the weapon, and without affecting zeroing/sight alignment. 15. The GSS shall operate in hot, basic, and cold climatic zones. The capability for the GSS to also operation in extreme hot and cold is desired. 16. The GSS will come with a Technical Manual (TM) that includes, but is not limited to, the following information: (a) Operator maintenance/Cleaning Instructions. The GSS shall have easy to understand operator level maintenance manuals and cleaning instructions to execute operator maintenance. (b) Zeroing Instructions. The GSS shall come with readily available instruction to zero to the weapon. 17. The GSS shall have a soft, water resistant carrying case. The case shall provide space for the sight, mount(s), spare batteries, operator's manual, lens cleaning materials and quick reference card. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address 3. Company point of contact and phone number 4. Major partners or Suppliers 5. The North American Industry Classification System (NAICS) code. Is your business considered a small business based on your NAICS Code? 6. Commerciality: (a) Our product as described above, has been sold, leased or licensed to the general public. (b) Our product as described above has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain: 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Identify lead-time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. 11. Please provide any additional comments. Response Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and rough indication of pricing. Any pricing data should be sent, if available, and at no cost to the US Government. In addition, if any firms/companies would like to submit sample hardware they may do so but there is no requirement to be responsive to this Market Survey request. If any firms/companies do submit sample hardware it will be at NO COST to the US Government. This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. If a company has an existing commercially available or non-developmental item that meets these requirements, please provide brochures or other information relative to the performance, maintenance, and physical characteristics (i.e., size, weight, etc.) of the product. Responders are advised that the U.S. Government will not pay for any information, sample hardware or administrative costs incurred in the response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or other solicitation (if any are issued). This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. Respondents will not be notified of the results of this survey or results of information submitted. Interested companies are requested to submit a capabilities statement of 2-5 pages via e-mail by 8 August 2012. The Point of Contact is Holly Gregg at holly.gregg2@us.army.mil. No phone calls will be accepted at this time. Interested firms should also provide their address, point-of-contact with telephone number and email address, and size of business (small/large). Sample hardware may be sent to: Holly Gregg Army Contracting Command - New Jersey Soldier Weapons Center, ACC-NJ-SW BLDG 45B Phipps Road Picatinny Arsenal, NJ 07806-5000 Mail Stop: BLDG 10B
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4fca4a23cca6aaaac699fad6ee419cd5)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, ATTN: AMSTA-AQ-AP, Building 9 Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN02797571-W 20120711/120709235406-4fca4a23cca6aaaac699fad6ee419cd5 (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.