SOURCES SOUGHT
10 -- CROWS Controller Grip
- Notice Date
- 2/3/2012
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-F012
- Response Due
- 2/21/2012
- Archive Date
- 3/22/2012
- Point of Contact
- Mary Krisanda, Contract Specialist, 973-724-2850
- E-Mail Address
-
Mary Krisanda
(mary.krisanda@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army, Army Contracting Command - New Jersey - Soldier Weapons Contracting Center, in support of the Project Manager Crew Served Weapons, is seeking information from organizations that possess controllers similar to video game controllers. Specifically, the U.S. Army is interested in providing a hand control grips emulating popular video game controllers to serve as alternative control devices to interface with its current inventory Remote Weapon Station system (CROWS). The controller shall be ruggedized and support operation in static or dynamic military environments. It shall be capable of being used as a hand held device or in a mounted configuration. The controller shall be light weight and incorporate ergonomic design and palm activated switches to decrease fatigue. It shall interface with the CROWS using Military Standard connectors. An optional display to be mounted to the controller is a preferred feature but not required. The display shall be capable of accepting video signal through a video in port/connector. The Government anticipates future contract types to be Indefinite Delivery/Indefinite Quantity (ID/IQ) with Firm-Fixed Price elements with the potential for multiple contract awards. The anticipated duration could be up to five years in length. Estimated total quantity may be up to 1,500 units or more. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address 3. Company point of contact and phone number 4. Major partners or Suppliers 5. The North American Industry Classification System (NAICS) code. Is your business considered a small business based on your NAICS Code? 6. Commerciality: (a) Our product as described above, has been sold, leased or licensed to the general public. (b) Our product as described above has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain: 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Identify lead-time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. 11. Please provide any additional comments. This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. If a company has an existing commercially available or non-developmental item that meets these requirements, please provide brochures or other information relative to the performance, maintenance, and physical characteristics (i.e., size, weight, etc.) of the product. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in the response to this RFI. All costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP or other solicitation (if any are issued). This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. Respondents will not be notified of the results of this survey or results of information submitted. This data and material should be sent, if available, at no cost or obligation to the U.S. Government, within 15 days of this announcement to the U.S. Army, Army Contracting Command-New Jersey-Soldier Weapons Contracting Center. ATTN: Mary Krisanda, ACC-NJ-SW Bldg. 45B, Picatinny, NJ 07806- 5000, Mail Stop: Bldg 10B; email: mary.krisanda@us.army.mil listed below. Furthermore, any questions regarding this announcement shall be submitted in writing by email to the email listed above. Telephone responses and inquiries WILL NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/588a9e0f2812082a1412d3f5092ffe64)
- Record
- SN02667447-W 20120205/120203234442-588a9e0f2812082a1412d3f5092ffe64 (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 |