Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
SPECIAL NOTICE

12 -- Weapon Mounted Laser Market Survey

Notice Date
6/10/2016
 
Notice Type
Special Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
USSOCOM-WEAPONLASER-2016
 
Archive Date
7/25/2016
 
Point of Contact
Matthew A. Spencer, Phone: 8138264694, Geneva Emiliani, Phone: 813-826-6959
 
E-Mail Address
matthew.spencer@socom.mil, geneva.emiliani@socom.mil
(matthew.spencer@socom.mil, geneva.emiliani@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY - REQUEST FOR INFORMATION SYNOPSIS: The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for market research purposes relative to technologies/devices which provide the following capabilities: 1. Device shall be interoperable with MIL-STD-1913 or STANAG 4694 2. Device shall be MIL-STD 810G compliant 3. Weapon mounted laser for use on rifles, carbines and light machine guns such as the M4A1, MK-18, MK-17, MK-20, M110, M249, M240, MK46 and MK48 4. Dual capability to point at targets in visible and non-visible light spectrums and illuminate targets in non-visible light spectrums. 5. The visible pointer shall be capable of being seen on man-size targets, in day conditions at a minimum of 25 meters 6. The non-visible pointer shall be capable of being seen on man-size targets, in night conditions at a minimum of 500 meters 7. The non-visible illuminator shall be capable of being seen on man-size targets, in night conditions at a minimum of 500 meters 8. The device shall be powered by commercially available batteries (i.e. CR 123). 9. The device shall have a remote fire capability 10. The device shall be compliant with OPNAVINST 5100.27B, or be capable of being made compliant. 11. The device shall provide the operator with the ability zero without use of specialized tools. Durability/survivability in battlefield conditions, thermal stability, bore-sight retention, total system weight, total system size, and beam quality are other device characteristics which are areas of primary interest. Interested parties are strongly encouraged to submit information about available technologies/devices. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. The Government will accept a white paper, which should not exceed 10 pages written (Times New Roman, 12 font) or 10 MS PowerPoint slides. Supporting information such as commercial literature, catalogues, or manuals are acceptable. The white paper/slides shall include an executive summary (one page or less) on the effort, a technical description, identification of risks, current Technology Readiness Level (TRL), operational availability data, and Reliability-Availability-Maintainability (RAM) data. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, nine (9) digit Zip Code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: USSOCOM-WEAPONLASER-2016 This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement or participate in any potential resulting Industry Day(s). Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, nor is the Government tasking any offeror to develop any technologies described herein. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. All interested parties should provide the requested information regarding this announcement no later than 1000 EDST on or before the closing date as specified at the beginning of this RFI. White papers/slides may be submitted any time prior to expiration of this announcement. Responses received after 1000 EDST on the closing date may not be considered in the government's analyses. Each submission received will be reviewed to determine eligibility for participation in the potential industry day. Entities may be requested to provide up to 2 product samples for the potential industry day event. The following e-mail points of contact are provided for information regarding any questions concerning this announcement. Electronic submission is the preferred method for submission of white papers. Ms. Lena Ellington, Phone: (813) 826-9803, E-mail:lena.ellington@socom.mil Mr. Jeff Tow, Phone: (812) 854-8756, E-mail:jeffery.tow@navy.mil Mr. Jason Baer, Phone: (812) 854-8128, E-mail:jason.baer@navy.mil USSOCOM Contracting Office point of contact is Mr. Matthew Spencer, Phone: (813) 826-4694, If submitting by E-mail: matthew.spencer@socom.mil and lena.ellington@socom.mil If submitting by mail: HQ USSOCOM/SOF AT&L-KP ATTN: Matthew Spencer 7701 Tampa Point Blvd MacDill AFB, FL 33621 Please refer to the announcement number in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/USSOCOM-WEAPONLASER-2016/listing.html)
 
Place of Performance
Address: Contracting Office Address:, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
Zip Code: 33621-5323
 
Record
SN04146146-W 20160612/160610234400-9726c526691bdd60a178c1f3ee8d34b7 (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.