Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,2000 PSA#2652

Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001

A -- RESEARCH & DEVELOPMENT SOL N00164-00-R-0135 DUE 102300 POC Stacy McAtee, Code 1162, telephone 812-854-1988 WEB: click here to download the synopsis, http://www.crane.navy.mil/supply/announce.htm. E-MAIL: click here for point of contact, mcatee_s@crane.navy.mil. The Crane Division, Naval Surface Warfare Center, in support of the US Special Operations Tactical Forces, is soliciting research proposals using a Commercial Area Announcement (CAA). Small and large high-technology/inventive firms are encouraged to submit preliminary proposal submissions to the SOPMOD Program Office for R&D/prototyping projects with relevance to the individual small arms, fire control, optics, electro-optics, ammunition, and weapons accessories of US Special Operations tactical forces. CD ROM discs containing MS PowerPoint briefing slides that are indicative of SOPMOD research topics is available for general information only from Ms. Paula Pifer (pifer_p@crane.navy.mil), who will mail one copy of this CD upon request to free-world interested parties upon compliance with program registration requirements. Topics are divided into SOPMOD Block 2 and SOPMOD Block 3 system objectives. Block 2 items are contemplated for fielding to forces within the next 1 to 4 years. SOPMOD Block 3 topics are contemplated for fielding in 5 to 10 years, however the fielding of Block 3 items may be accelerated based on project success and availability of funds. General goals of both Block 2 and Block 3 include high user acceptance (operational suitability), no batteries (objective) or standard batteries (threshold), light in weight, high durability, compactness and miniaturization, snag resistant ergonomic design, 99 foot depth waterproof, 10,000 foot altitude air leak proof, and exceptionally high reliability, availability, and maintainability in marine, desert, and arctic environments. Specific topics are mentioned below by descriptive title only. More detailed draft topic descriptions will be available at www.crane.navy.mil/supply/announce.htm on or about 31 AUG 00. BLOCK 2 SYSTEMS (fielding in 2001 to 2005) topic titles: Integrated Day/Night Optical Sight (IDNOS); Image Intensifier Module (I2M); Thermal Image Module (TIM); Enhanced Grenade Launcher (EGL); Rangefinder Module (RM); Integrated Pointer-Illuminator Module (IPIM); Enhanced Shotgun Module (ESM); Heat Source Detection Module (HSDM); Improved 5.56mm Ammunition; Battery Recharger/Blasting Machine (BRBM); Shot Counter (SC); Over The Beach Assembly (OTBA); Laser Protection and Protection from Optical Augmentation (LPPOA); Signature Reduction (SR); Sustained Fire Assembly (SFA); Enhanced Bayonet/Field Knife (EBFK). BLOCK 3 SYSTEMS (Fielding in 2005-2010) Topic titles: Integrated Carbine (IC); Sensor Fusion Module (SFM); Improved 40mm Grenade and Other Indirect Fire Munitions; Any and all potential modular subsystems or components that may provide increased combat capability and operator survivability, and that may be attached to the MILSPEC 1913 mounting rails or elsewhere on the M16/M4/M203 series weapons. Proposals are not limited to topics above, but those outside the scope of the SOPMOD program will not be considered. Firms are invited to apply first for a Phase I award to prototype and test the scientific, technical, and commercial merit of a particular concept. Low cost and no cost independent research and development efforts are also sought; offerors should consider potential commercial advantages of contractual program participation. Phase I deliverables sought are pre-production or production-ready Engineering Test Units for technical and operational assessment, evaluation, and testing by the SOPMOD Program. Contract selection for award will carefully consider the extent to which the offeror is willing to financially and materially participate in the effort. Government Furnished Equipment (GFE, small arms and ammunition, current SOPMOD sub-systems, surplus in general), as well as access to government facilities may be offered to offset project costs. Modest proposals from small inventive businesses are especially sought. If Phase I proves successful, the firm may be invited to apply for a Phase II award to further develop the item, usually to the production-ready prototype stage. The Government may, at its option, then offer a phase III procurement contract award of Indefinite Quantity/Indefinite Delivery without further open competition, of up to 7 years duration and up to a maximum quantity of 50,000 units. The objective outcome of the R&D effort is the future availability and procurement of reasonably priced Commercial-Off-The-Shelf (COTS) systems and subsystems that are operationally and technically suitable for fielding to US Special Operations Forces, and the establishment of ID/IQ contracts to implement fielding of these items. It is not the intent of this effort to fund basic research, nor exploratory development, nor to establish new facilities; rather firms having demonstrated research and prototyping capabilities are invited to submit preliminary proposal submission, not exceeding three pages of text that describes: The research/prototyping objective; The research/prototyping approach; Related work by the offeror; Anticipated contributions to the SOPMOD Program; An estimate of overall costs (including indirect) for a six month to four-year effort (Phases 1 and II). Appended to the basic preliminary proposal submission will be a description of the qualifications and capabilities of the principal participants and the facilities available to them. The offeror may also append other supporting information relevant to the preliminary proposal submission. In addition to the SOPMOD Program Office, four United States Special Operations Command components will participate in the preparation, selection, and implementation of this effort -- the Army Special Operations Command, the Navy Special Warfare Command, the Air Force Special Operations Command, and the U.S. Special Operations Command. Formal full proposals for further competitive review will be requested based on those preliminary proposal submissions judged most likely to achieve program objectives. This initial selection process will establish competitive range based on Tactical merit of the special operational capability provided, Scientific and technical merits of the research, Qualifications and experience of the principal participant(s) and availability of facilities to support the effort, relevance of the proposed effort to USSOCOM SOPMOD end-user priorities, Realism of proposed costs/availability of funds, Absence of intellectual property conflicts. Requests for a complete CAA package may be addressed to Ms. Stacy McAtee, Contract Specialist, Code 1162NS, Bldg. 2521, NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5001; or send a request via e-mail to mcatee_s@crane.navy.mil (e-mail is preferred). The CAA package will be posted on the NSWC web site at http://www.crane.navy.mil on or before 31 August 00. It is anticipated that proposals will be required on or before 23 October 00. All responsible sources may submit a proposal which shall be considered. Nothing in this announcement constitutes an obligation on the part of the US Government. Posted 07/26/00 (W-SN479086). (0208)

Loren Data Corp. http://www.ld.com (SYN# 0004 20000728\A-0004.SOL)

A - Research and Development Index  |  Issue Index |


Created on July 26, 2000 by Loren Data Corp. -- info@ld.com