SPECIAL NOTICE
10 -- SOURCES SOUGHT - TWO STAGE MATCH TRIGGER - 14SNB14_spec note
- Notice Date
- 3/13/2014
- Notice Type
- Special Notice
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories 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
- N0016414SNB14
- Archive Date
- 5/27/2014
- Point of Contact
- STACY MCATEE, Phone: 812-854-1988
- E-Mail Address
-
stacy.mcatee@navy.mil
(stacy.mcatee@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 14SNB14_spec note This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): The Government is issuing this RFI as part of a market research survey in accordance with FAR 15.201(e) to determine the availability and technical capability of industry to provide a MK20 commercial off the shelf style trigger. Naval Surface Warfare Center (NSWC), Crane Division is interested in receiving information from suppliers of a MK20 commercial off the shelf style trigger. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. All interested sources are encouraged to submit company and product literature, references, and other pertinent information for the Government's consideration. The Government is interested in analyzing and testing triggers to possibly replace the current MK20 triggers in the U.S. Special Operations Command inventory. Trigger requirements include: 1) All external and visible trigger surfaces shall be of a rough, dull, non-reflective coating/finish that retains paint. Finish shall be resistant to peeling, flaking, chipping, and require a minimum of operator preventative maintenance. Internal Coatings should be lubricious, mitigating the use of lubricants. Non-metallic components shall be fungus and chemical resistant. 2) The trigger shall be semi-automatic two stage with minimal creep. Weight of trigger pull in semi-automatic mode shall be 4.0 lbs. +/- 0.5 lbs. being non-adjustable. Trigger shall reset after being released, even if the weapon is not fired. The hammer/firing pin/striker shall not be released when exposed to harsh/rough-handling conditions to maintain safe handling of the weapons. 3) All inseparable subassemblies shall be 100% interchangeable between MK20 trigger control modules without hand or machine fitting. Interchange of parts shall not adversely affect functioning, reliability or accuracy of the weapon. 4) The trigger shall operate effectively, without damage or degradation of performance, in all climates and geographical areas to include desert, swamp, tundra, grasslands, forest, jungle, urban areas, maritime, riverine, and mountainous environments. The trigger shall also operate at high and low temperature extremes (-40° F to 140° F) as well as other hostile environmental conditions (ice/rain/sand/dust/dirt/mud/surf/salt fog). The trigger shall operate at altitudes ranging from sea level to 12,000 feet. 5) The trigger shall be capable of being submerged in salt and fresh water to a depth of 66ft. for a minimum of 2 hours without operational degradation, 8 hours without operational degradation is preferred. 6) The trigger shall have a functional service life of 10,000 rounds. 7) The trigger shall be able to accept MK20 trigger retaining pins. 8) The triggers shall be of a "drop in" design so that no honing, grinding, filing, fitting, adjusting or sanding shall be required to install the trigger and set the trigger to the minimum and maximum parameters. 9) Trigger shall be compatible with current MK20 style selector lever. 10) Trigger shall be capable of withstanding the impact, when dropped from a minimum height of 1.5 meters (5 feet), as described in TOP 3-2-045 and ITOP 4-2-602 without causing any structural or functional damage to the weapon and withstand the shock without firing a primed empty cartridge. Verify that the MK20 SSR has been tested with and without a sound suppressor Further, the government requests that interested vendors send three (3) complete trigger assemblies as product samples that will be evaluated and tested to the trigger requirements as stated above. Vendors should submit any testing documentation, instructions, and warranty information. Product samples submitted will not be returned to respondents and may be destructively tested by the Government. The government may conduct a follow on procurement action to purchase up to ten (10) triggers from vendors meeting the minimum criteria for additional user and destructive testing. Interested vendors should respond to the POC below by 11 April 2014. Based on the number of vendor interests and information received, the government will then schedule further testing and user/operational evaluations. The Technical Point of Contact (POC) for this effort is Mr. Phillip McMillen. Mr. McMillen may be reached via e-mail at: Phillip.McMillen@navy.mil, or via phone at 812-854-8410. The mailing address is: NAVSURFWARCENDIV Crane, ATTN: Mr. Phillip McMillen, Code JXNLL Bldg 3422, 300 Highway 361, Crane IN 47522-5001. It should be noted that during the evaluation of all information submitted, the government plans to utilize employees from Science Applications International Corporation (SAIC) as advisors to the Government evaluators. 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: N00164-14-S-NB14 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 request for information 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. All information received in response to this notice that is marked proprietary will be handled accordingly. NSWC Crane makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses and product samples submitted to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. Electronic or hard-copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Electronic submissions regarding this announcement may be directed to Ms. Stacy McAtee, stacy.mcatee@navy.mil. Hardcopy submissions should be mailed to the following: Ms. Stacy McAtee, Code CXPP, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to announcement number N00164-14-S-NB14 in all correspondence and communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414SNB14/listing.html)
- Record
- SN03309933-W 20140315/140313235031-ae35bf1595773740b22f4fd0662e653c (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 |