Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
MODIFICATION

10 -- MINIATURE DAY/NIGHT SIGHT (MDNS)

Notice Date
6/28/2002
 
Notice Type
Modification
 
Contracting Office
N00164 300 Highway 361, Building 2521 Crane, IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0014
 
Response Due
8/30/2002
 
Point of Contact
Donald B. Ellison, Contracting Officer 812-854-5774, FAX 812-854-5095
 
E-Mail Address
Click here to contact the Contracting Officer
(ellison_db@crane.navy.mil)
 
Description
This is Amendment 0005 for a combined synopsis/solicitation for commercial items that was originally issued on 20 February 2003 and is hereby amended as follows: A. The date and time when offers must be received is changed FROM: 05MAY03, 2:30 PM Eastern Standard Time TO: 07MAY03, 3:00 PM Eastern Standard Time. B. As stated in the original solicitation…”The Contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government.“ For proposal evaluation purposes, the terms and conditions of such warranties shall be included within Volume 2 (Management Information) of each proposal. C. The changes below have resulted in a revised Performance Specification which is attached and available for downloading. The information shown below is only a summary of the changes made to the a ttached PERFORMANCE SPECIFICATION. PERFORMANCE SPECIFICATION CHANGES: 1) Paragraph 3.1.2.4 Waterproofing: This paragraph was refined to improve clarity. 2) Paragraph 3.2.21 Exterior Finish: All references to gray color were eliminated. 3) Paragraph 3.3.1.2.1.1.2 Weight: The MNVS II Threshold Weight requirement was changed to 45 ounces. All other terms and conditions in the solicitation remains the same. Offers shall be delivered to: Naval Surface Warfare Center, Building 2521, Attn: Don Ellison (Code 1162), 300 Highway 361, Crane, IN 47522-5001. Offers shall not be faxed or emailed. All required information must be received on or before 07MAY2003, 3:00 PM Eastern Standard Time. Mr. Ellison may be contacted at 812-854-5774, FAX 812-854-5095, or EMAIL ellison_db@crane.navy.mil . an a day sight combined with a CNVD, exposes operators to enemy detection due to movement involved with changing the sights and leaves operators with unsighted weapons during changeover. Further, the current methodology cannot guarantee repeatable zero after changing from day to night optics. Improved performance in fog, dust, extreme darkness, foliage is also desired for the CNVD. There are presently no IDIQ contracts for CNVD. The SO PMOD Program has a requirement to establish an IDIQ contract for this variety of sight. A(2) Miniature Night Vision Sight (MNVS): While CNVD is the primary night vision system sought for future small arms, certain small arms remain more suitably served by dedicated night vision sights. For these applications, an MNVS or similar alternative is required with ruggedization for use on the following platforms: M14, M16, M249, M60, Mk11, Mk43, Mk46, 5.56 LMG, 7.62 LMG, .300 WinMag Sniper Rifle, M2 .50 Caliber MG, and .50 Caliber Sniper Rifles. A variant is required with increased magnification power capability to include 4X-6X, improved resistance to fogging in rain, high humidity, and extreme temperatures, improved performance in fog, foliage, dust, and extreme low light, miniaturization, anti-reflective capability, weight reduction, reduced snag hazard, decrease supportability costs, improved reliability, improved platform mounting flexibility, improved protection for lenses, reticle upgrades, and instantaneous backup sighting capability. The current contract for the MNVS will expire in FY 2003. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. A(3) ACOG Reflex: improved performance in high humidity and rain, instantaneous backup capability when lens is occluded by rain, mist, or debris, night vision upgrades, improved target acquisition for quicker engagement, miniaturization, reduced snag hazard, and improved performance of aiming dot in all lighting conditions. The present contract for the ACOG Reflex has expired. A recent contract has been established for the ECOS-N (Maritime Aim Point), however it also could benefit by improvement or replacement to achieve enhanced performance in rain and high humidity, reduced snag hazard, incorporation of emergency backup sight, and size and weight reduction. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. A(4) ACOG 4X: improved performance in high humidity and rain, ergonomic improvement for use with backup iron sights, night vision upgrades, improved interoperability with night vision goggles, reticle illumination adjustment, improved eye relief, miniaturization, anti-reflective capability, reduced snag hazard, and simplification of reticle pattern. The present contract for the ACOG 4X has expired. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight, or to obtain a similar contract for a subsystem that combines this 4X capability with a variable, switchable, or stacked sight that allows improved sighting both at close and long range. A(5) Backup Iron Sight: implementation of day and night sighting capabilities with an emphasis on light emission control, improved capability to maintain the set position in a combat environment, integration of short and long range capability with improved durability over existing inserts, and reduced snag hazards. A(6) Rail Interface System: incorporation of design features which improve overall system performance (possibly floating barrel design concept), improved cleaning and maintenance, improved the durability, and production cost reduction. Group B, Active Miniature Day/Night Sight Subsystems: (1) Visible Bright Light (VBL), (2) AN/PEQ-2 Infrared Laser Pointer/Illuminator (ITPIAL), (3) AN/PEQ-5 Carbine Visible Laser (CVL) B(1) VBL: Ruggedization, weight and size reduction, reduced snag hazard, improved reliability when used in automatic fire, and a variety that provides for combination of Infra-red and white light capability into one module. Existing contracts for the VLI will expire in FY 2002. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. B(2) ITPIAL: Increased range capability, improved power consumption, weight and size reduction, improved performance in rain and high humidity, pattern and pulse capabilities, and ruggedization. All contracts for the ITPIAL have expired. The SOPMOD Program has a requirement to establish a new IDIQ contract for this variety of sight. B(3) CVL: Increased range capability, improved power consumption, improved performance with green and black targets, improved compatibility with laser eye protection, weight and size reduction, improved performance in rain and high humidity, and ruggedization. All contracts for the CVL have expired. The SOPMOD P rogram desires to establish a new IDIQ contract for this variety of sight, or to obtain a similar contract for a subsystem that combines this capability into a unified system. (b) Performance and Research Objectives Common to All Sub-systems: The SOPMOD program is not seeking alternate sources for the currently fielded SOPMOD equipment named above, rather is seeking alternative sub-systems with the following improved operational performance characteristics as research objectives: Increased user acceptance to include (1) Improved Operation Suitability to include improved performance in semi-automatic and full automatic fire, increased range, snag free in movement through vegetation and battlefield obstacles. The overall objective is increased hit scores by SOF operators during day, night, rain, mist, smoke, vegetation, fog, dust, and extreme low light conditions. (2) Mini aturization, to include reductions in both size and weight, with an objective of increased weapon portability and better weapon balance during the act of firing. (3) Increased reliability, durability, corrosion resistance, and ease of cleaning. (4) Recoil shock endurance sufficient to allow use on all SOF small arms. Fully functional for a minimum of 15,000 rounds threshold, 30,000 rounds objective. (5) Functional reliability exceeding that of the present subsystems at high and low temperature extremes as well as other hostile (sand/dust/dirt/mud/surf/temperature shock) environmental conditions. (6) Incorporation of improved safety features. (7) Low optical retro-reflection augmentation. (8) Improved lens performance in rain, fog, snow, dust, and other atmospheric conditions. (9) Improved lens protection, e.g. transparent sacrificial lens covers. (10) Improved eye relief whi ch provides optimum performance for SOF combat scenarios and host weapons. (11) Decreased life-cycle support costs. (12) Improved power consumption, where applicable. (13) Incorporation of night vision capability where it currently does not exist. (14) Improved boresight retention. (15) Consolidation of current capabilities into multi-use systems. This includes the integration of technologies currently fielded by multiple systems into single multi-use systems and utilization of modular technology, where such combinations are suitable for SOF combat. (16) Improved safety. 5. ACQUISITION PLAN: Source Selection will be conducted in accordance with the Kaminski contracting method. Items will be selected on a "Best Value" Contracting basis. IDIQ contracts will be awarded to offerors in accordance with the following plan: (A) RCO Solicitation is to be published in July 200 2. The RCO Solicitation will provide the government requirements in detail. Be advised that a DRAFT VERSION of the Performance Specification for the proposed procurement is available at the following web link: http://www.crane.navy.mil/supply/02R0014/02R0014.htm . It is requested that this DRAFT Solicitation be reviewed by interested parties and provide any comments or questions to the Technical Point of Contract (Barry Gatewood) as idenn (Para. 3.3.2.3.1) QUESTION NO. 35: What is the target run time that is desired? ANSWER TO QUESTION NO. 35: There is no specific requirement for run time; however, a best value determination, with run time being a factor, will be made prior to contract award. No run time data is available for current prod ucts. QUESTION NO. 36: The request is for improved performance/reflectivity on green and black targets. What is the current effective range and what is the desired practical range the user desires to have? ANSWER TO QUESTION NO. 36: See Performance Specification (Para. 3.3.2.3.3.1) QUESTION NO. 37: What is the weight and size of the system that is currently being used? What are the size weight targets? ANSWER TO QUESTION NO. 37: See Performance Specification (Para. 3.3.2.3.3.7) The current system measures 2.84 in x 2.54 in x 1.52 in and weighs 3 oz with batteries. No specific targets have been set. The system should be packaged as small as possible to not sacrifice performance. QUESTION NO. 38: What patterns is being used? ANSWER TO QUESTION NO. 38: Not applicable. This is an ITPIAL specification. Patterns are not required for the visible laser, but w ill be considered, if offered. QUESTION NO. 39: How many more are needed? ANSWER TO QUESTION NO. 39: Not applicable. This is an ITPIAL specification. QUESTION NO. 40: What pulse cycles are being used what other cycles would be needed? ANSWER TO QUESTION NO. 40: Not applicable. This is an ITPIAL specification. Pulse capability is not required for the visible laser, but will be considered, if offered. QUESTION NO. 41: What ruggedization improvements in particular are you asking for? ANSWER TO QUESTION NO. 41: See Performance Specification (Para. 3.4) QUESTION NO. 42: What are the make and models of the systems that are currently being used? ANSWER TO QUESTION NO. 42: Insight Technologies, Inc., Carbine Visible Laser, AN/PEQ-5, NSN: 5860-01-439-5409 QUESTION NO. 43: What are the shortcomings that you want improved? ANSWER TO QUESTION NO. 43: See P erformance Specification, it describes the objective system. QUESTION NO. 44: While the Passive MDNS section makes allowances for providing improvements to the Rail Interface System, the Active MDNS for which we plan to submit makes no allowances for an improved RIS. It would appear to be in the Government's best interests to not limit manufacturers to similarly submit improvements to the RIS under the Active MDNS subsystem as well. ANSWER TO QUESTION NO. 44: Manufacturers are free to submit proposals on any of the nine subsystems or any combination thereof. The division of subsystems into active and passive groups was for organizational purposes only and was not intended to imply that proposals be submitted for the entire group. QUESTION NO. 45: Section 3.3 SOPMOD Technology Requirements describes "Supplemental specifications" as existing capabilities, however late r under 3.3.2 Group B Active Miniature Day / Night Subsystems the "Supplemental Specifications are termed as minimum performance characteristics, i.e. threshold requirements. This appears to be a conflict. It is our interpretation the Supplemental specifications are not threshold requirements for this solicitation. If these Supplemental specifications contained within the draft solicitation are considered threshold characteristics, they are limiting and overly restrictive. For examples there are numerous supplemental specifications specifying the exact type of switch based on the existing hardware, the exact location of a switch based on the existing hardware, etc. These overly restrictive specifications include but are not limited to sections 3.3.2.1.2.2 Switching Devices, Section 3.3.2.1.2.9 makes no allowances for the desire and ability to combine hardware as specifi ed in the ORD (See Wilcox comment 3), 3.3.2.2.2.3.2 Illumination Laser Beam Divergence, 3.3.2.2.2.6 Mode Switch, 3.3.2.2.2.8 Adjusters, 3.3.2.2.2.11 (makes no allowances for combining hardware as in ORD), 3.3.2.3.2.2 Switching Devices, etc. ANSWER TO QUESTION NO. 45: The specification that will be published with the solicitation has been updated to include designation of KPP’s. The supplemental specifications not designated as KPP’s are tradable. QUESTION NO. 46: SOPMOD M4 ORD specifically states the visible laser pointer, visible bright light, infrared pointer and infrared illuminator can be integrated into a single active modular aiming device or a visible and an IR module. While we have reviewed the draft solicitation, it does not appear to make allowances for the Enhancement of combining all the devices into one system. ANSWER TO QUESTION NO. 46: See Performance Specification (Para. 3.2.15) 3. CONTACT INFORMATION: (A) SOPMOD Program Registration: Ms. Paula Pifer, Code 4081, telephone (812) 854-5686, FAX 812-854-1044, email pifer_p@crane.navy.mil. Please update your information with Ms. Pifer if you have had a change since the last update. (B) SOPMOD Technical Point of Contact: Mr. Barry Gatewood, Code 805B, telephone (812) 854-3842, FAX 812-854-3665, email gatewood_b@crane.navy.mil . Please avoid unnecessary communications with the TPOC until the RCO solicitation is published. (C) Contracting Department Point of Contact is Mr. Don Ellison, Code 1162 Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. Mr. Ellison’s telephone number is 812-854-5774, FAX 812-854-5095, e-mail Ellison_db@crane.navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2002). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-FEB-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here to download specs that go with the synopsis
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016402R0014/listing.html)
 
Record
SN00522055-F 20040214/040212220324 (fbodaily.com)
 
Source
FedBizOpps.gov 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.