Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
SOURCES SOUGHT

10 -- Request For Information - Grenadier Sighting System (GSS) for the M320 Grenade Launcher

Notice Date
6/11/2014
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN14X2229
 
Response Due
7/2/2014
 
Archive Date
8/10/2014
 
Point of Contact
Tiffany Strickland, 973-724-8183
 
E-Mail Address
ACC - New Jersey
(tiffany.s.strickland.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Army Contracting Command-New Jersey (ACC-NJ) in support of Project Manager Individual Weapons, is conducting a market survey to identify sources/vendors capable of developing the requirements in the attached draft Purchase Description and Statement of Work to produce a Grenadier Sighting System (GSS) for the M320 Grenade Launcher. The M320 is replacing the M203 Grenade Launcher and is now fielded with a folding leaf sight and a handheld laser range finder. The Government is looking for sources/vendors whose prospective systems have a technology readiness level (TRL) of at least 6. TRLs can be found within the Defense Acquisition Guidebook, Chapter 10, Table 10.5.2.2.T1, TRL Descriptions, at the following link: https://acc.dau.mil/CommunityBrowser.aspx?id=518698#10.5. The Project Manager is interested in potential vendors' views on the amount of time needed to develop the requirements and the overall level of technical risk. See the attached draft Statement of Work and draft Purchase Description for information about the proposed program and its work efforts. VENDOR QUESTIONNAIRE The purpose of this questionnaire is to obtain information from industry to assist in developing a program scope. The developmental program includes two phases. Phase one includes an initial delivery of 5 GSS units representative of their current capability and finishes with the delivery of 15 GSS for testing. The 15 test items should include all required GSS features (detailed in the attached the draft documents). Phase 2 is intended to correct performance shortfalls identified in testing and finish with the delivery of 45 fully functional GSS for developmental and operational testing. Immediately following contract award, User evaluations will be conducted using the initial five GSS's to identify any Soldier-system interface issues, to include, but not limited to, engagement time. Subsequent User evaluations will be conducted with the 15 and 45 GSS's for Phase 1 and Phase 2 respectively. Time to engage will be assessed in all User evaluations as the ability to quickly, and accurately, engage a target is an important factor in Soldier-GSS function. The Government welcomes responses even if all questions are not/cannot now be answered: 1. Company Name 2. Company Address 3. Company point of contact, phone number and email address 4. Commercial and Government Entity (CAGE) Code 5. Major partners or Suppliers 6. The North American Industry Classification System (NAICS) code. Identify if the business is considered a small or large business, based on the NAICS Code. 7. What time period do you expect to require to complete phase one and phase two? 8. What level of overall cost, schedule and performance risk do you expect for phase one and phase two? What are the risk sources? 9. Please provide any additional comments or questions concerning the draft Purchase Description and Statement of work RESPONSE INSTRUCTIONS 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 a rough indication of pricing. Any pricing data should be sent, if available, and at no cost to the U.S. Government. 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 (e.g., size, weight, etc.) of the product. Respondents 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). 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. Interested companies are requested to submit capabilities by providing specifications, brochures, manuals, reports, demonstration video and other technical data, identification of current customers and a rough indication of pricing. Documentation should be submitted via e-mail by 2 July 2014. The Point of Contact is Holly Gregg, at holly.c.gregg.civ@mail.mil. Alternate Point of Contact is Tiffany Strickland, at tiffany.s.strickland.civ@mail.mil. No phone calls will be accepted at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c9daf58d60cb31bf416b5faf132db09)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03391613-W 20140613/140611234704-0c9daf58d60cb31bf416b5faf132db09 (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.