SOURCES SOUGHT
10 -- LIGHTWEIGHT MACHINE GUN SIGNATURE SUPPRESSOR (LMGSS) SYSTEM
- Notice Date
- 1/11/2005
- Notice Type
- Sources Sought
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016405R4854
- Response Due
- 2/28/2005
- Description
- ?This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane." MARKET SURVEY ? SOURCES SOUGHT SYNOPSIS: Naval Surface Warfare Center Crane is seeking solutions to flash and sound suppression needs for its Lightweight Machine Guns, MK46 5.56mm and MK48 7.62mm. The required effort is to explore industry capability to supply a coordinated modular family of complementary flash/sound suppressors. LMGSS System configurations are desired to support the MK46, the MK48 and/or combination of both weapons. This development program is interested in exploring extended life, expanded application, high-endurance lightweight machine gun flash and sound suppression solutions that demonstrate noteworthy capabilities. Ultimately, the LMGSS will correct the current operational shortfall of sound suppressors that are optimized for use with current MK46 and MK48 lightweight machine guns. Sought are improvements in suppressor designs to lessen effects on host weapon rate of fire and eliminate or reduce heat retention, visual and auditory cues, materials! , manufacturing processes, high endurance coatings, and new technologies that yield extended performance sound suppressor life to 15,000 - 25,000 rounds under various firing schedules. LMGSS will be required to fit the MK46 in the 5.56 variant, and the MK48 in the 7.62 variant. Paper writers shall address Fit, Function, Flash Suppression, Sound Suppression/Distortion, SOF Environment (Surf, Rough Handling), Accuracy, and Interoperability in relating their organization's experience, understanding and plan for resolving the issues. At this time, the Government is not seeking a lengthy research and development program, instead, a more immediate solution--perhaps from enhanced technologies which already exist or from application of emerging technology to existing hardware is sought. Delivery of prototypes will be required 120 days after award of purchase orders. Parties interested in having their solutions/ideas considered for funding are referred to Broad Agency Announcem! ent (BAA) N00164-05-R-0001 for submission of "white papers". Although the BAA generally provides an open ended schedule for submission of white papers, this request for papers encourages interested parties to submit their white papers no later than 4:00 PM EST, 28 February 2005 in order to guarantee consideration for award using available but limited funding. Paper writers are instructed to follow BAA instructions for form and content of papers with special attention given to any stated restrictions, e.g., page limitations, and including the information requested above. BAA evaluation criteria and process will be used by the Government to select the winning white papers for which orders may be awarded. It is the Government's intent to award multiple small (less than $100K) orders for promising development proposals, using simplified acquisition procedures. These orders are expected to include requirements for delivery to the Government of a maximum of fifteen (15) proto! types of each configuration to be used for Government testing. Technical Point of Contact is Mr. Rand Hammel, telephone (812) 854-5082, email to: rand.hammel@navy.mil. Contracting Point of Contact is Mr. John Pfender, telephone (812) 854-5198, email to: john.pfender@navy.mil. The mailing address is: NAVSURFWARCENDIV Crane, ATTN: Mr. Rand Hammel, Code 4081 Bldg 2521, 300 Highway 361, Crane IN 47522-5001. It should be noted that during the evaluation of all information submitted, the government plans to utilize employees from Science Applications International Corporation (SAIC) as advisors to the Government evaluators. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. As indicated in BAA N00164-05-R-0001, THE GOVERNMENT RESERVES THE RIGHT TO SELECT FOR FUNDING ANY, ALL, PART, OR NONE OF THE RESPONSES RECEIVED. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated.
- Web Link
-
To download sources sought synopsis.
(http://www.crane.navy.mil/supply/homepage.htm)
- Record
- SN00733156-W 20050113/050111212007 (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 |