Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
DOCUMENT

99 -- SOURCES SOUGHT - PISTOL LIGHT/LASER MODULE (PLM) - Attachment

Notice Date
2/4/2013
 
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
N0016413SNB08
 
Archive Date
3/20/2013
 
E-Mail Address
POINT OF CONTACT
(michael.s.miller11@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. MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this sources-sought announcement as part of a market survey. Naval Surface Warfare Center (NSWC), Crane Division is seeking information from industry pertaining to pistol mounted Light and Laser Modules, accessories, and accompanying holsters for pistols employed by Special Operations Forces (SOF), including but not limited to the M9, M9A1, M11, MK24, MK25, M1911A1, M45A1, Glock 19, Glock 23, and any future pistol with an integral accessory rail. This effort is named Pistol Light/Laser Module (PLM) until such time as the Government may assign formal nomenclature. The PLM effort is underway to gauge potential interest and assist in requirement development. The USSOCOM Visual Augmentation System Weapons Accessories (VASWA) / Special Operations Peculiar Modification Kit (SOPMOD) Program managed at Naval Surface Warfare Center, Crane Division (NSWC Crane) is interested in receiving product information from industry in support of the PLM mission area. 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. Preliminary specifications are listed below. There shall be two separate modules. A grip or frame mounted laser and a MIL-STD-1913 rail mounted light. 1.Preliminary LIGHT requirements: Visible Light (T); Visible and IR capability (O). Visible Light shall provide situational awareness at distances out to 25 m (T). Visible Light should be remotely activated and deactivated (O). Visible Light should not extend in front of muzzle (on any pistol) (O). One (1) hour of continuous operation on one set of batteries Visible Light / weapon interface hardware must be identified, priced separately and included in the contract. 2.Preliminary LASER requirements: Laser module shall have Visible Laser Pointer and NIR Pointer (T). Visible laser shall be seen during dusk and significant over-cast day low-light conditions (T). Laser shall be adjustable to attain boresight alignment (T). Laser should be remotely activated and deactivated (O). One (1) hour of continuous operation on one set of batteries Laser / weapon interface hardware must be identified, priced separately and included in the contract. Potential PLM LIGHT sources shall also provide a description of their products ™ beam and spectral characteristics at 25 meters, in both Visible and IR if applicable. 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 initial synopsis (commonly referred to as white paper). This white paper should not exceed 10 pages, 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 rough cost estimate. Offerors should submit the white papers electronically prior to 3:00 p.m. on March 5, 2013. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. 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: N00164-13-S-NB04 It should be noted that the Government plans to utilize employees from Science Applications International Corporation (SAIC), TriStar Engineering (TSE), Booz Allen Hamilton (BAH) and possibly other direct Government contractors as advisors to the Government. Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.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. Brandon Clarke, brandon.clarke@navy.mil. The contracting POC is Mr. Scott Miller (e-mail: michael.s.miller11@navy.mil). DO NOT send white papers to the contracting POC. Please refer to announcement number N00164-13-S-NB08 in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413SNB08/listing.html)
 
Document(s)
Attachment
 
File Name: N0016413SNB08_13SNB08.docx (https://www.neco.navy.mil/synopsis_file/N0016413SNB08_13SNB08.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016413SNB08_13SNB08.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02979210-W 20130206/130204234404-794a4a187a3ab39efe90b5262d0995d0 (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.