Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2016 FBO #5448
SOURCES SOUGHT

12 -- Small Arms - Fire Control, Squad - Fire Control

Notice Date
10/21/2016
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-X-07T6
 
Archive Date
11/29/2016
 
Point of Contact
John Hynes, Phone: 9737244137
 
E-Mail Address
john.w.hynes2.civ@mail.mil
(john.w.hynes2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey for a Small Arms - Fire Control, Squad- Fire Control Response Date: 14 November 2016 CONTACT: John Hynes, Contract Specialist Ph: (973) 724-4137 Description: The US ARMY, Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Project Manager Soldier Weapons (PM-SW), Picatinny Arsenal, NJ, is conducting a market survey to identify potential sources for the Squad variant of Small Arms - Fire Control, Squad - Fire Control (S-FC). The S-FC will combine the close range, rapid target engagement capabilities of the M68 Close Combat Optic (CCO) and the magnified capabilities of the M150 Rifle Combat Optic (RCO). It will provide accurate ballistic compensation and will display range data and a firing solution. The S-FC is required to mount on all individual weapons common to the Infantry squad (via attachment to the Military Standard 1913 rail). S-FC will increase the capabilities of the squad infantryman while using the M4A1 Carbine. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to support the requirement for the S-FC. The intention is to procure the item on a competitive basis. This notice is to determine potential sources capable of developing and/or manufacturing systems to meet the following criteria: 1. The S-FC shall increase the Probability of hit [P(h)] and decrease engagement time at targets from 51-600m, while not degrading current capabilities at targets from 0-50m. 2. The S-FC shall provide a user configurable digital overlay capable of displaying text, target reference points, and a disturbed reticle within the field of view. 3. The disturbed reticle shall update the aim point displayed to the Soldier based on all variables required to accurately engage targets that include, but are not limited to: range to target; atmospheric conditions; weapon orientation; and ballistics of the weapon/ammunition selected. 4. The S- FC range determination capability shall provide target ranges to a NATO E type target, defined as a total height of 40 inches and width of19.5 inches with a head size of 10 inches high and 8.5 inches wide, with 10% reflectivity in clear conditions out to 800m (+/- 5m) in less than one second. 5. The S-FC shall utilize an open systems architecture comprised of modular components. 6. The S-FC's total system weight, including batteries and all equipment necessary to perform the fire control mission, shall not exceed 2.0 lbs. 7. Total system size of S-FC shall not exceed 10.5 inches in length. 8. The S-FC shall have a selectable or variable magnification capability. 9. The S-FC shall provide the Soldier sufficient angular resolution to allow the Soldier to distinguish between hostile and non-hostile targets during daytime, clear air conditions from 0-600 meters. 10. In the event of degraded capability or no power situation (i.e. no battery, dead battery, electronic failure), the S-FC must provide a graduated reticle that will remain visible and provide well-defined aim points within the FOV. 11. The S-FC shall provide a reflex or unity power capability for the minimum power setting, and revert to the minimum power setting during degraded operation. 12. The S-FC shall operate in hot, basic, and cold climatic zones. Information for products that require development, complete integration, or minimal modification may be provided. The unit can also be a Non-Developmental-Item (NDI) or a Commercial-Off-The-Shelf (COTS) item. Respondents are requested to identify if the potential solution requires development and the projected amount of development needed, or if the potential solution is a commercially-available item. For products that require development, please provide an estimated time and cost to achieve a product at a Technical Readiness Level (TRL) of 6, system prototype tested in a relevant environment, along with identification of technology areas that present the most risk. Respondents shall not be obligated to provide the item described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. Interested companies are requested to submit a capabilities statement of 2-5 pages via e-mail by 14 November 2016. The Point of Contact is John ¬¬¬¬Hynes, at john.w.hynes2.civ@mail.mil. Interested firms should also provide their address, point-of-contact with telephone number and e-mail address, and size of business (small/large) and if applicable, the Small Business category. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address 3. Company point of contact and phone number 4. Major partners or suppliers 5. The North American Industry Classification System (NAICS) code. Is your business considered a Small Business based on your NAICS Code? 6. Description of capability to develop and/or manufacture a system(s) to meet the criteria listed above. 7. Estimated Time and Cost to achieve TRL 6 if a developmental item. 8. Identify the technological areas that present the most developmental risk. 9. Commerciality: (a) Our product as described above, has been sold, leased or licensed to the general public. (b) Our product as described above has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain: 10. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 11. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 12. Please provide any additional comments. This RFI does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any item whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential Offerors to monitor this site for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3f208bd6a84333819ed03780f0da4bd5)
 
Record
SN04310111-W 20161023/161021233900-3f208bd6a84333819ed03780f0da4bd5 (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.