MODIFICATION
10 -- SOURCES SOUGHT - CARBON FIBER WRAPPED BARREL - Amendment 1
- Notice Date
- 4/16/2014
- Notice Type
- Modification/Amendment
- 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
- N0016414SNB21
- Archive Date
- 6/30/2014
- 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
- 14SNB21_specnote_0001 Amendment 0001: 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. Amendment 0001: Carbon Fiber Wrapped Barrel requirements are modified as indicated below: 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 Carbon Fiber Wrapped Barrels. Naval Surface Warfare Center (NSWC), Crane Division is interested in receiving information from suppliers of Carbon Fiber Wrapped Barrels. 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 an initial synopsis, (commonly referred to as white paper) company and product literature, references, and other pertinent information for the Government's consideration. The Government is interested in reviewing White Papers and proposal to possibly replace the current MK13 MOD5 barrels in the U.S. Special Operations Command inventory. White papers should not exceed 15 pages, with an executive summary (short paragraph), Written in 12-point, Times New Roman Font with normal (condensed) spacing, Margins of 1" or greater on all sides. Carbon Fiber Wrapped Barrel requirements include: 1) All external and visible 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. Non-metallic components shall be fungus and chemical resistant. 2) The Finished Carbon Fiber Wrapped Barrel shall have a minimum weight savings of 35% over the identical length/contour solid steel barrel. 3) The Carbon Fiber Wrapped Barrel shall not adversely affect functioning, reliability or precision of the weapon. 4) The Carbon Fiber Wrapped Barrel performance shall Not exhibit signs of degradation in all climates and geographical areas to include desert, swamp, tundra, grasslands, forest, jungle, urban areas, maritime, riverine, and mountainous environments. The Carbon Fiber Wrapped Barrel shall not exhibit performance degradation 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). 5) The Carbon Fiber Wrapped Barrel shall demonstrate no signs of Point of Impact shift during typical firing protocol (five rounds per minute for three minutes suppressed and unsuppressed). 6) The Carbon Fiber Wrapped Barrel (chambered for.300 Winchester Magnum) shall have a functional service life of 7,500 rounds. (Functional Service Life is defined as no greater than 1.5 Minute of Angle, Extreme Spread, at 600 yards over the Lot Acceptance Data of the ammunition fired in when fired from an accuracy fixture in nominal conditions. Nominal conditions are defined as 1 mile visibility during daylight, full value base wind speeds not to exceed 9 mph, temperatures ranging from 23° F to 125° F, with or without precipitation). 7) The Carbon Fiber Wrapped Barrel shall be capable of withstanding the firing of a high pressure test cartridge which shall be 20% over the maximum allowable chamber pressures of the manufactured ammunition (.300 Winchester Magnum -220 grain Hollow Point Boat Tail Projectiles) 8) The Carbon Fiber Wrapped Barrel shall provide for Heat dissipation or "thermal wicking" rate at least 25% improvement over identical length/contour solid steel barrel. 9) The Carbon Fiber Wrapped Barrel shall allow for the installation of the current MK13 MOD5 Suppressor without degradation to operation or precision. 10) The Carbon Fiber Wrapped Barrel shall not increase current MK13 MOD5 barrel installation procedures. Further, the government may provide a limited number of barrels for sample development and testing. 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) barrels from vendors meeting the minimum criteria for additional user and developmental/destructive testing. Interested vendors should respond to the POC below by 15 May 2014. Based on the number of vendor interests and information received, the government may 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 shall be: • Identified by the RFI number (N00164-14-S-NB21); and include: Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, duns number, cage code and or tax ID number, as well as business size category (large, small, small disadvantaged, etc.) and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. • Submitted electronically or in hard copy as indicated below. 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. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. 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. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to announcement number N00164-14-S-NB21 in all correspondence and communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414SNB21/listing.html)
- Record
- SN03340200-W 20140418/140416234844-07f23672177b624da227573a9207752b (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 |