Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2013 FBO #4093
DOCUMENT

99 -- SOURCES SOUGHT - Multi-Spectral Weapon Mounted Laser - Attachment

Notice Date
2/5/2013
 
Notice Type
Attachment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00164 Naval Surface Warfare Center, Indiana 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016413SNB09
 
Archive Date
4/16/2013
 
E-Mail Address
POINT OF CONTACT
(jonathan.dickinson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis 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, Crane Division located at the Naval Support Activity, Crane, IN is looking for companies with the capabilities and facilities to provide Commercial Off-The-Shelf (COTS), Non-Developmental Items (NDI), or near NDI, for a weapon mounted, multi-spectral, multi-function laser system with dual activation switch for IR and visible (red) lasers and IR illuminator. This system must have a remote switch which will offer the user control of both the IR and visible lasers individually or simultaneously without needing to switch the system mode. The weapon mounted, multi-spectral, multi-function laser must meet the following: System Weight (including mount/battery/remote switch): No more than 8.5 ounces Size: Length no more than 4.5 inches; Width no more than 3 inches; Height no more than 1.7 inches Include IR and Visible (red) aiming lasers and IR illuminator Modes: IR High; IR Low; Vis High; Vis Low; Dual High; Dual Low; Illum High; Illum Low Provide dead-man switch and constant on (double-tap w/ watchdog timer) operation Mount to MIL-STD-1913 rail Weapons shock: M4, M16A4, M4/M203, H&K416/417 Immersion: 33 ft for 2 hours Companies are encouraged to provide production capability information as well as anticipated production timelines based on order quantities of: 25, 50, 75, 100 and 150 units. All interested parties are encouraged to submit company and product literature, white paper, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, and an estimated cost for price of test articles and production units, for the Governments consideration by 5:00 PM Eastern Standard Time on 1 March 2013. The white paper shall be limited to 5 pages. 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: Submitters Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-13-S-NB09 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 to the Technical Point of Contact any time prior to expiration of this announcement. The Technical Point of Contact for this effort is Mr. Logan Woodard, benjamin.l.woodard@navy.mil, or 812-854-3152. The mailing address is: NAVSURFWARCENDIV Crane, ATTN: Mr. Logan Woodard, Code JXQR. Bldg 3291, 300 Highway 361, Crane IN 47522-5001. 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. The contracting POC is Mr. Jonathan Dickinson (e-mail: jonathan.dickinson@navy.mil). DO NOT send white papers to the contracting POC. Please refer to announcement number N00164-13-S-NB09 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413SNB09/listing.html)
 
Document(s)
Attachment
 
File Name: N0016413SNB09_13SNB09_spec_note.docx (https://www.neco.navy.mil/synopsis_file/N0016413SNB09_13SNB09_spec_note.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016413SNB09_13SNB09_spec_note.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02979723-W 20130207/130205234310-4888652fa3cdd8e10fa1acd9f0e960ca (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.