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
|
|
|