Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOURCES SOUGHT

10 -- Lightweight Medium Machinegun (LWMMG) - Sources Sought

Notice Date
5/11/2017
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-17-RFI-LWMMG
 
Archive Date
6/24/2017
 
Point of Contact
Lauri C Wright, Phone: 8138262731
 
E-Mail Address
laurijean.wright@socom.mil
(laurijean.wright@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Lightweight Medium Machinegun_Sources Sought Lightweight Medium Machinegun (LWMMG) Sources Sought The United States Special Operations Command (USSOCOM) in conjunction with the United States Marine Corps (USMC) is seeking sources within the national technology and industrial base with the ability to provide 5,000.338 NM belt-fed medium machinegun: -complete machinegun system to include weapon, suppressed barrel, and tripod -any tools needed to conduct basic maintenance LWMMG specifics: The LWMMG should fire the belted.338NM round of ammunition with a polymer case. The LWMMG should weigh less than 24 pounds unloaded with a barrel length of 24in. The LWMMG should have a rate of fire of between 500-600 rounds per minute. Weapon shall be compatible with current rail mounted aiming systems with the ability to incorporate more advanced fire control technology. The system should include both a suppressed barrel and an unsuppressed barrel that can be rapidly changed. The LWMMG should include a tripod that is lightweight and provides the stability and accuracy required to engage targets at extreme ranges. The LWMMG should be able to mount in current machinegun mounts designed for the M240B/C. The weapon should have sufficient accuracy to engage area targets and vehicles at 2,000m. This announcement constitutes a Sources Sought. It is not a solicitation or request for proposal, but an effort to obtain information for planning purposes only. The U.S. Government is performing Market Research to identify responsible sources within the national technology and industrial base who have the skills, experience, and knowledge required to successfully produce the LWMMG. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research, but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. Any subsequent information relating to this notification will be electronically posted to www.fbo.gov. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. Respondents to this Sources Sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review. Company name, corporate point of contact, phone number, email address, website, business size (and any socio-economic considerations such as 8a, Service Disabled Veterans-Owned, HubZones, and Women-Owned small business), NAICS code, Cage Code, brief synopsis of company's technical capability and capacity to manufacture the item(s), past production experience (if any), description of facilities and personnel, expected delivery schedule for each item (in days after award), maximum monthly production quantities, minimum order quantity required, lead times that may impact delivery, rough price estimate for the kit, information on how the company will meet safety / hazardous material handling requirements. State whether the company will be the actual manufacturer of the items or if it will subcontract all or a portion of the requirement; if the company is not the actual manufacturer, indicate what percentage in dollars (not including Materials) and/or what production operations it will subcontract, describing any anticipated teaming arrangements. Indicate what percentage would be assembled or produced in the U.S. for each item. Describe existing or planned licensing agreements with current producers, including the name of the licensing agency. Interested sources should submit the requested information no later than close of business 9 June 2017 via email to Ms. Lauri Wright, Laurijean.wright@socom.mil. Submissions are restricted to a maximum file size of 5MB and required to be in the English language and be prepared in Microsoft® Word or Adobe® PDF compatible formats. Telephone responses will not be accepted. Any questions must be submitted via email to the point of contact above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-17-RFI-LWMMG/listing.html)
 
Place of Performance
Address: HQ USSOCOM, 7701 Tampa Point Blvd, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04506073-W 20170513/170512000726-05f384408a7da033327dd99a21a4b409 (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.