MODIFICATION
58 -- INFRARED (IR) OPTICAL WINDOWS - 14SNB29_spec note_0002
- Notice Date
- 11/13/2013
- Notice Type
- Modification/Amendment
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016414SNB29
- Archive Date
- 12/30/2013
- Point of Contact
- Mr. Ryan McDaniel, Phone: 812.854.5080
- E-Mail Address
-
ryan.mcdaniel2@navy.mil
(ryan.mcdaniel2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 14SNB29_spec note_0002 This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. Amendment 0002: MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: This is a sources sought announcement seeking inputs from parties interested in providing IR Optical Windows with new capabilities. 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. Introduction - Source Sought Synopsis / Request for Information (RFI) Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking commercial sources that are capable of responding to a future solicitation for Optical Windows used in Midwave Forward Looking Infrared Sensors. The Government estimates a maximum need of five hundred (500) IR optical windows. These windows must meet certain technical and environmental requirements set forth below. This RFI is seeking information related to products available that meet these requirements, delivery information, budgetary pricing information and answers to specific questions. The Government is seeking informational responses from offerors to address and summarize existing and near-term capabilities which would potentially meet the below technical and environmental requirements. The following Optical Window Technical Requirements and Environmental Standards must be met. 1. PS/14/JXQQL/124; IR WINDOW PERFORMANCE SPECIFICATION (DRAFT) 2. IR WINDOW DRAWING; 85001261 Following is a suggested outline for a response to this RFI. Written information page count shall be no more than 10 pages (standard 8.5" x 11"), single sided. Section 1 - Offeror's Current products meeting requirements Please respond to the following inquiry: 1. Midwave Infrared Window (3-5 µm) 2. 7.000 inches diameter 3. 0.279 inches thick 4. Survivable in harsh maritime environments 5. No radioactive disposal Please include the following information in your written response: 1. Characterization of your chosen material(s)/coating(s) to include the following specifications: a. Transmission (AVG over 3-5 µm) b. Refractive Index (after AR coating, if applicable) c. Temperature Change of Refractive Index @ 0.6328µm d. Surface Flatness e. Irregularity f. Surface Finish g. Knoop Hardness h. Scratch/Dig (MIL-PRF-13830B) i. Thermal Conductivity @ 20° C j. Linear Expansion Coefficient @ 20° C 2. Initial product lead times and number of units per month that can be delivered thereafter. 3. Rough order of magnitude pricing including any quantity discounts. 4. Estimated product life based on a maritime environment. 5. Comments on Draft Specification and Drawing Section 2 - Additional Materials / Product Brochures All information provided becomes Government property and will not be returned. All proprietary or classified information will be treated appropriately. Please submit any applicable product literature, drawings, brochures, videos, or related material on or before 22 November 2013 via electronic mail. Instructions on Submission This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). This announcement 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. Responses to this notice cannot be accepted as offers. 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. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, nor is the Government tasking any offeror to develop any technologies described herein. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. Interested parties who have products currently capable of meeting these requirements with minimal modifications or who will have equipment to meet these requirements should respond by submitting an initial submission following format outlined above. Offerors should submit information electronically to the NSWC Crane Contracting Office point of contact below NLT 3:00PM EDST, 22 November 2013. All submittals shall be made as email attachments, and must be limited to a total email file size of less than five (5) Megabytes. All submitted materials must be submitted to the NSWC Crane Technical Point of Contact, Mr. Ryan McDaniel, email ryan.mcdaniel2@navy.mil, phone 812-854-5080 or NSWC Crane Contracting Office. Please refer to announcement number N0016414SNB29 in all correspondence and communications. Below are answers to technical questions submitted by vendors: Question 1: Note 1 calls out specification PS/131/JXQL/122 and Note 6 calls out PS/131/JXQL/123; however, a. The specifications called out in the drawing are not included in the technical package supplied by the customer. b. The only performance specification in the folder is PS/14/JXQQL/124 Rev "-". c. Does PS/14/JXQQL/124 supersede PS/131/JXQL/122 & PS/131/JXQL/123? Answer 1: PS/13/JXQL/122 and PS/13/JXQL/123 were combined and replaced with PS/14/JXQQL/124. When they were combined, the drawing wasn't updated to reflect the changes. The appropriate changes have been made to the drawing. PS/14/JXQQL/124 supersedes both PS/13/JXQL/122 and PS/13/JXQL/123. Question 2: Notes 8 and 9 a. Adhesion tests are called out from the same procedure-duplication. b. Which humidity test are we expected to apply? c. 10 day humidity per MIL-STD-810 Method 507.1 Procedure I (Note 8) d. 24 hour humidity per MIL-M-13509-should read MIL-M-13508 (Note 9) Answer 2: Adherence tests are called out from the same procedure because Block 7 refers to the Adherence test to be used for Surface A and Block 8 refers to the Adherence test to be used for Surface B. 10 DAY HUMIDITY TEST PER METHOD 507.5 PROCEDURE 1 OF MIL-STD-810G should be used for Surface A. (Block 7). 24 HOUR HUMIDITY TEST PER MIL-M-13508 should be used for Surface B. (Block 8) Question 3: Note 9 has a typo. MIL-M-13509 should read MIL-M-13508. Answer 3: Corrected Question 4: Note 11 - Is the TWE spec in terms of P-V or RMS? Answer 4: RMS Question 5: What are the values of the diameters defining Zones 1 and Zone 2? Answer 5: Added zone dimensions to drawing. Zones pertain to information in Block 10.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414SNB29/listing.html)
- Record
- SN03233212-W 20131115/131113235958-d94d8e20770a00c98d44f559515030a5 (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 |