Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2009 FBO #2623
SOURCES SOUGHT

10 -- This announcement will be used as a market research tool. The government is in the position to research commercially available Boresight Telescopes for possible future acquisitions

Notice Date
1/29/2009
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-09-R-0137
 
Response Due
2/13/2009
 
Archive Date
4/14/2009
 
Point of Contact
Samuel M. Rockhold, 309-782-4316<br />
 
Small Business Set-Aside
N/A
 
Description
This announcement will be used as a market research tool. The government is in the position to research commercially available Borescope for possible future acquisitions. The purpose of this modification is to add to the general description of the required item and to provide industry an opportunity to comment on a planned performance specification, which is available upon request from the POC listed below. The boresight telescope would be used to perform the critical function of boresight alignment of the Common Remotely Operated Weapon Station (CROWS) II weapons system during fire control system calibration procedures. The CROWS II weapons system consist of the M249 (5.56mm) Machine Gun, M240 (7.62mm) Machine Gun, Browning M2 (0.50 cal) Machine Gun or the MK19 (40mm) Automatic Grenade Launcher. The field of view should be 4 degrees minimum. The resolution should be 10 seconds of arc or better. The eyepiece focus should be over the range of +/- 4 diopters. The reticle should have a clearly defined aiming index and should be visible at night without the use of generated or stored electricity in the device itself, with no other marks on the lens. The reticle should not contain tritium and should be visible with the use of an external light source such as a flashlight. The telescope should be nitrogen purged. The telescope should withstand temperatures at a range of -60 F at 0% humidity to 160 F at 95% humidity. The telescope should also withstand a submersion of 1 meter for 1 hour. The boresight telescope should be a small lightweight telescope with a maximum weight of 0.9 lb (0.408 kg). It should be able to repeatedly collimate the weapons system with accuracy and have a user adjustable self-collimation capability without tools. It should have a minimum magnification of 5X. It should also be able to adapt to existing government mandrels, drawing 12960718, which is available from the POC listed below. More detailed planned requirements are available in the planned performance specification available from the POC below. CROWS II is currently being fielded and it may be necessary to request improved delivery dates based on the needs of the Program. The purpose of this notice is to identify and establish initial interest and points of contact from the private industry and to consider any comments from industry on the planned performance specification. This information may be used to design acquisition strategy to include socioeconomic program support. It may also help to identify and establish commercial practices to the government. All responses to this notice should include the following: Company Name, Point of Contact, Address, Telephone and Fax Numbers, E-mail address, Brief Description of Company/Capabilities, Experience Areas, History, DUNS Number, CAGE Code, as well as Size Category (Large/Small Disadvantaged, etc.) Also, provide any supporting information such as commercial literature, catalogues, manuals, etc. The requested date from receipt of responses to this announcement is extended to NLT 13 Feb 09. Upon receipt and analysis of information, potential vendors may be contacted for possible appointments for further research and exploration. No solicitation will be issued at this time. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. The U.S. Government will in no way be bound to this information if any solicitation is issued. Notice to Contractors: All contractors who proved goods or services to the Department of Defense (DOD) must be registered in the Central Contractors Register (CCR). To register in CCR via the internet, go to http://CCR.EDI.DIS.MIL, or contact the CCR registration assistance center at 888-227-2423. If you have any questions, comments, or concerns, please contact Sam Rockhold by phone at 309-782-4316 or E-mail at Samuel.rockhold@us.army.mil. All information must be provided in writing or published from and submitted to TACOM LCMC (RI), ATTN: Sam Rockhold/AMSTA-LC-GLK-A, Rock Island, IL 61299.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da96eac1319b50a28df0f6f3aa2302de&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL<br />
Zip Code: 61299-7630<br />
 
Record
SN01740783-W 20090131/090129220538-da96eac1319b50a28df0f6f3aa2302de (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.