Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
SPECIAL NOTICE

12 -- CLIP-ON NIGHT VISION DEVICES - 14SNB06_spec note

Notice Date
1/30/2014
 
Notice Type
Special Notice
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016414SNB06
 
Archive Date
4/1/2014
 
Point of Contact
STACY MCATEE, Phone: 812-854-1988
 
E-Mail Address
stacy.mcatee@navy.mil
(stacy.mcatee@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
14SNB06_spec note This solicitation is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. The Naval Surface Warfare Center, Crane Division intends to modify the Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with FLIR Systems, Inc. (N00164-11-D-JN68) to add a requirement for enhancements to the current Clip-on Night Vision Device-Thermal Sight (SU-271/PAS). The sights are considered commercial items but have been improved based on operational and developmental test and evaluation. The Government intends to procure enhanced Sight systems and retrofit existing Sight systems to the enhanced version. Services include the retrofit of existing Sight systems and an update of the operator(s) manual and other contract data requirements. The current SU-271/PAS sights are uncooled thermal sights that provide the shooter with the capability to add a thermal capability to their existing day optics by attaching the sight in front of the day optic when required. This allows the shooter to use their familiar day optic reticle and adjustments at night and in adverse weather conditions to engage targets to the effective range of their 5.56mm weapon. They can also be used as stand-alone thermal sight or hand held sight with 1/2x, 1x, and 2x magnifications. The sights operate using either AA or CR123 battery types in any orientation. The sights interface with MIL-STD-1913 rails with a quick detach locking throw lever for attachment. The height above rail is 1.535 inches. The sights are waterproof to 66 feet seawater for 2 hours. The sight when mounted to the host weapons shall not interfere with the normal function of the host weapons. The enhancements are to increase the effective range of the sight system to provide improved capability of target engagement up to and beyond the effective range of the weapon and out to the effective range of their 7.62mm weapons. This is accomplished by changing the objective lens to a longer effective focal length lens, realigning the boresight/collimation, and setting up the software. This will also provide multiple magnification settings of 1x, 2x, and 4x. A modification will be issued to add a Contract Line Item Number (CLIN) to manufacture enhanced systems and to modify/retrofit existing systems to the enhanced version. The enhanced item must maintain the same training, controls, menu system, and common spare parts to the original SU-271/PAS. All data shall be modified and updated to represent the enhanced configuration. The SU-271/PAS is a clip-on long wave uncooled thermal imager from ranges out to 300 meters. The enhanced Sight version would replace the objective lens with a longer focal length objective lens to increase the range out to 800 meters. The potential quantities to retrofit are up to 474 units at an estimated total cost of $950,000 and up to 1500 new systems with a contract expiration date of 30 September 2016. The Government also intends to incorporate clause 5252.239-9605 Technology Improvements into the above numbered contract to satisfy existing and emergent requirements. This is a notice of intent and not a request for competitive proposals. No solicitation is available for this requirement. Interested parties may submit a capability statement and pricing information for the requirement within 15 calendar days of the publication of this notice, to be considered by the Government. A determination by the Government not to compete this proposed modification based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a separate competitive procurement. POC: Stacy McAtee, Code CXPP-NS, at telephone 812-854-1988; e-mail: stacy.mcatee@navy.mil. Complete mailing address is: Ms. Stacy McAtee, Code CXPP, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414SNB06/listing.html)
 
Record
SN03278314-W 20140201/140130235538-03fbd653f5ecaab5b5fc1485857bb165 (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.