SOURCES SOUGHT
99 -- Sniper Weapon Collimator
- Notice Date
- 7/10/2012
- Notice Type
- Sources Sought
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, ATTN: AMSTA-AQ-AP, Building 9, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-F025
- Response Due
- 8/3/2012
- Archive Date
- 10/2/2012
- Point of Contact
- Gloria Thoguluva, 9737245366
- E-Mail Address
-
ACC - New Jersey
(gloria.thoguluva@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) for the Sniper Weapon Collimator. The U.S. Army - Army Contracting Command - New Jersey at Picatinny Arsenal is conducting a market survey on behalf of PM Soldier Weapons (PMSW) to identify potential sources for a Sniper Weapon Collimator (SWC). The Sniper Weapon Collimator (SWC) provides the capability to pre-zero various sniper weapon systems prior to live fire. Additionally, it provides the capability to confirm/check zero without the use of live fire prior to a mission. REQUIREMENTS The device is required to interface with the following weapon systems: M110 Semi-Automatic Sniper System (SASS) XM2010 Enhanced Sniper Rifle (ESR) The performance parameters include the following: a) Accuracy: After zeroing weapon using collimator for nominal weapon zero, point-of-aim / point-of-impact error shall not exceed 1.16 milliradians or 4 MOA, equivalent to 4.58 inches at 100 meters. After zeroing weapon using collimator for personal zero, i.e. unique offset provided for a given user, point-of-aim / point-of-impact error shall not exceed 0.44 milliradian or 1.52 MOA, equivalent to 1.74 inches at 100 meters. b) Grid Clarity: The entire grid shall exhibit high contrast and clear lines when viewed through riflescope by user with 20/30 vision to allow the shooter to accurately bore sight the weapon system. c) Illumination: Operational during day and night conditions with no loss in performance. d) Power/Battery Life: If battery(ies) are required, the SWC shall be powered via Army-common batteries and shall operate for > 36 hours continuous operation. e) Laser/energy: SWC shall be eye safe, without the use of active laser. f) Weight: SWC shall weigh less than 2 lbs. with case. g) Survivability: SWC shall survive in operational military environments in accordance with the latest MIL-STD-810. The unit must be a Non-Developmental-Item (NDI) or a Commercial-Off-The-Shelf (COTS) item. The collimator shall be ready to use without modification to the sniper weapon configuration, and shall not degrade the weapons' performance. However, information for products that require minimal modification may also be provided. 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 with telephone number and e-mail address 4. Major partners or Suppliers 5. Type of Business (Small Business, Large Business, 8a Small Business, Hub zone Small Business, or Service Disabled Veteran Small Business) and Number of Employees 6. CAGE code, and DUNS Number 7. The North American Industry Classification System (NAICS) code. Is your business considered a small business based on your NAICS Code? 8. 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: 9. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 10. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 11. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 12. Identify lead-time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. 13. Please provide any additional comments. RESPONSE Responsible firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and rough indication of pricing. Any pricing data should be sent, if available, and at NO COST to the U.S. Government. In addition, vendors are encouraged to provide a fully functioning sample that meets the requirements identified in this market survey at no cost to the Government. If applicable, the provided sample(s) will be returned to the address from which the submitting sample was received in used or maybe damaged condition. The Government is not responsible for any damaged incurred to the sample provided. 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. Responders are advised that the U.S. Government will not pay for any information, sample hardware or administrative costs incurred in the response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or other solicitation (if any are issued). Interested companies are requested to submit a capabilities statement of 2-5 pages via e-mail by 03 August 2012. The Point of Contact is Gloria Thoguluva at gloria.thoguluva@us.army.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by Email to gloria.thoguluva@us.army.mil. This is a market survey for information only and shall not be construed as a request for a proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The U.S. Government is not obligated to notify respondents of the results of this survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1deeb27b9f877ada6a86c6351d0fd97b)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, ATTN: AMSTA-AQ-AP, Building 9 Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN02798867-W 20120712/120711000839-1deeb27b9f877ada6a86c6351d0fd97b (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 |