Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
DOCUMENT

99 -- JOINT AND SPECIAL OPERATIONS PROGRAM - Attachment

Notice Date
10/26/2012
 
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
N0016413SNB02
 
Archive Date
12/24/2012
 
E-Mail Address
POINT OF CONTACT
(gary.frye1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation 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 https://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 NSWC Crane. The Joint and Special Operations Program (JSOP) which is managed at the Naval Surface Warfare Center, Crane Division (NSWC, Crane) conducts Research and Development (R and D) directed toward systems, subsystems and components in support of United States Special Operations Command (USSOCOM) and our nations special operations warfighters. JSOP programs primary technical areas include Individual and Crew Served Weapons, Fire Control Systems, Ordnance and Munitions, Fire Support Systems, and Night Vision/Electro-Optics for handheld, vehicle mounted and weapon mounted applications. The JSOP program management office is requesting technical submissions that address the various capability requirements outlined below. These capability requirements and priorities were derived from a recent 2012 USSOCOM Roadmap Summit between various Government Users, Operators, and Program Representatives. The results of this road-mapping effort and the identified capabilities requirements will be briefed on Monday, 14 January 2013 at 0900 and should serve to inform industry on true USSOCOM priorities so that industry internal RDT and E efforts can become better focused on specific requirements. Technical Submissions: Are Due no later than 11:59 PM (EST) on 23 November 2012 Shall be submitted to: CRAN-Submission-JSOP@navy.mil Shall consist of a quad chart and one page summary (templates are attached to announcement) Shall identify the specific capability gap being addressed Shall address capability gaps so that fielded solutions can be realized within 2-5 years Shall identify technical effort, risks and current Technology Readiness Level (TRL) Shall NOT be marketing in nature, product focused or previously submitted ideas Shall be innovative, out of the box, and conceptual Selected technical submissions may be given the opportunity to brief their submittals at the USSOCOM / JSOP Market Research Event held just before the SHOT Show 2013 in Las Vegas, NV. Specific times and places for the briefings will be coordinated through the NSWC Crane JSOP Program Office. The USSOCOM / JSOP Market Research Event is scheduled for 11-14 January 2013. Proposals may be submitted 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. The JSOP Program encourages participation by small business, small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Only properly formatted Technical Submissions shall be sent to: CRAN-Submission-JSOP@navy.mil All other questions or concerns regarding this announcement shall be directed to: CRAN-Questions-JSOP@navy.mil Any email sent that contains either of the above mailboxes shall have a formatted subject line as follows: Your company name - name of technology Example email subject line:Acme Guns Inc. - Next Generation Handgun Specific capability requirements are: 1 = Highest Capability GapPRIORITIES Locate and Observe (No delays, No set-up time)1 Combined Identify Friend and Foe Systems1 Light weight system to locate enemy artillery, mortar, and rocket fire2 Situational Awareness/DFSS2 Precision mapping functionality within commercial mapping programs3 Joint Planning Workstation3 Combine Markers (Day/Night - Vis, IR, 1064nm)4 Commercial GPS Functionality with SASSM Compliance4 Visible Daylight Marker5 Safety Equipment (eye pro)6 1 = Highest Capability Gap - LasersPRIORITIES Range Finder (component of disturbed reticle solution)1 Selectable Wavelength to Facilitate IFF2 Non-proliferated band illuminator/laser/sensor for sniper apps2 Synchronizing Laser with Optics to Reduce SWaP2 Pistol visible bright light with integrated laser pointing capability Covert Optics Detection (Optical Augmentation) 3 3 Long Range - image data transmission for comm/intelligence gathering4 Target Marking5 IR laser illuminator adjustable for short-range urban to long-range in one6 Capability Gap - Head Mounted Increased system FOV w/o resolution reduction1 Adaptive multi-spectral night vision capability2 Ability to import/export data to for enhanced SA (wireless)3 Day HUD with import data capability3 Seamless transition to weapon sight while wearing NODs4 True color night vision5 Image fusion on a chip, improved refresh rate, SWaP6 Ability to jam enemy analog image intensification devices7 Wireless universal power source8 ƒ 1 = Highest Capability Gap - Hand Held PRIORITIES Adaptive multispectral night vision1 INOD compatible spotter scope capability (range and spectrum)2 Ability to provide facial recognition at max range (1500-2000m)3 Reduced SWaP4 Ability to import/export data or images (wireless)5 Ability to sense wind at max range and calculate ballistic offset6 Capability Gap - VAS Weapons Sights Adaptive multispectral night vision1 Reduced SWaP2 Ability to import/export data or images (wireless)3 Capability Gap - Sniper Day Sight Ability to display and import data or images (wireless)1 Range dependent disturbed reticle sight2 1 = Highest Capability GapPRIORITIES Light Weight Ammo; Sniper Systems, Assault Systems, Crew Served Systems, Ammunition1 Long Range 40mm (Medium Velocity) Capability; Assault Systems, Ammunition2 Improved Barrels and Suppressors; signature reduction, life extension, sustainable, ammunition3 Enhanced.50 cal Sniper Match Grade4 Sub-Sonic Ammunition5 Improved ammunition; sniper, assault6 Personal Defense Weapons; Assault Systems, Weapons7 Clandestine breakdown sniper system; Sniper Systems, Weapons, Heavy8 Improved Handgun9 ƒ 1 = Highest Capability GapPRIORITIES 40mm standoff door breaching cartridge1 Air burst fragmentation hand grenade2 Concussion grenade capability3 Flash bang / multi-bang capabilities (2 and 6 multi-bang)4 Simple, reliable, inexpensive time delay timer (mechanical or electrical)5 Short range command detonated breaching initiator6 5 and 10 lb Thermobaric Demolition Charges7 Non-electric Initiation Systems (Skin-packs and pre-assembled devices)8 Pre-formed, field-loadable wall breaching containers (Small, Medium, and Large Sizes)9 Tankless Cutting Torch10 Individual Shoulder fired long range air burst11 Standoff wall breaching capabilities12 Improved Man Portable Line Charge (MPLC) for IED clearing13 Improved Limpet Systems (charges and initiators)14 Extended range tactical IR marking cartridge15 Pursuit deterrent device that meets Rules of Engagement and Treaty requirements16 Local Area EMP Generating Device17 ƒ 2013 Joint and Special Operations Program R and D Conference Schedule January 11th (Friday): 0800 - 1700 Selected Industry Briefs to Government January 12th (Saturday): 0800 - 1700 Selected Industry Briefs to Government January 13th (Sunday): 0800 - 1700 Selected Industry Briefs to Government January 14th (Monday): 0900 - 1200Government Brief to Industry Important Conference Notes: 1)Mondays brief to Industry is intended to convey USSOCOM PEO SOF Warrior Targeting and Engagement Systems roadmaps and capability gaps to interested industry representatives 2)Friday, Saturday, and Sundays selected Industry briefs to Government are chosen based upon analysis of white papers submitted against this solicitation. 3)Selected Industry representatives are highly encouraged to bring demonstration units of their technologies for User and Operator feedback during and after their brief to Government on Friday, Saturday, and Sunday. 4)Dress code for all days is Business Casual 5)All discussions and information presented shall be UNCLASSIFIED 6)Industry representatives that have been selected to present during Friday, Saturday, and Sunday may only be present during their own brief. The audience during each Industry brief will be strictly limited to Government Users and Operators, Government Program Representatives and Government Contractors. All attendees must sign a Non-Disclosure Agreement. 7)Industry representatives that have NOT been selected to present during Friday, Saturday, and Sunday may NOT be present during any briefs. 8)The 2013 USSOCOM / JSOP Market Research Event will be held at the Las Vegas Embassy Suites Convention Center, 3600 Paradise Rd., Las Vegas, Nevada 89169 (702-947-7171). 9)Additional requirements and details regarding selected technical submissions will be disseminated in separate correspondence at a later date. 10)Selected presentations shall be limited to no more than 15 minutes; additional time will be allotted for questions and answers. 11)It should be noted that the Government plans to utilize employees from Science Applications International Corporation (SAIC) and possibly other direct Government contractors as advisors to the Government. 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. It should be noted that the Government plans to utilize employees from Science Applications International Corporation (SAIC) and possibly other direct Government contractors as advisors to the Government. 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 Joint and Special Operations Program Office and for submission of white papers: Mr. Kyle Deckard (e-mail: kyle.deckard@navy.mil) or Mr. Tyler Goble (e-mail: tyler.goble@navy.mil) The contracting POC is Mr. Gary Frye (e-mail: gary.frye1@navy.mil). DO NOT send white papers to the contracting POC. Please refer to announcement number N00164-13-S-NB02 in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413SNB02/listing.html)
 
Document(s)
Attachment
 
File Name: N0016413SNB02_13SNB02__spec_note.docx (https://www.neco.navy.mil/synopsis_file/N0016413SNB02_13SNB02__spec_note.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016413SNB02_13SNB02__spec_note.docx

 
File Name: N0016413SNB02_13SNB02_att.ppt (https://www.neco.navy.mil/synopsis_file/N0016413SNB02_13SNB02_att.ppt)
Link: https://www.neco.navy.mil/synopsis_file/N0016413SNB02_13SNB02_att.ppt

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02920404-W 20121028/121026234228-7cf11b0b27da30527da2830915baaa61 (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.