Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2017 FBO #5552
SOURCES SOUGHT

10 -- Sniper Fire Control System

Notice Date
2/2/2017
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-X-08KY
 
Archive Date
3/6/2017
 
Point of Contact
Mary F. Krisanda, Phone: 9737242850
 
E-Mail Address
mary.f.krisanda.civ@mail.mil
(mary.f.krisanda.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey for a Sniper Fire Control System Response Date: 30 days from date of issuance to FedBizOps Contact: Mary Krisanda, Contract Specialist, Phone: (973) 724-2850 The U.S. Army, Army Contracting Command Picatinny, on behalf of the Product Manager Crew Served Weapons (PM CSW), located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for a Sniper Fire Control System (SFCS). THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to support the requirement for the SFCS. The objective of this notice is to identify potential sources with Commercial-off-the-Shelf (COTS)/Non-Developmental Items (NDI) weapon mounted sniper fire control systems. The SFCS shall consist of fully integrated or modular fire control enablers that can be assessed in comparison to baseline sniper weapon systems. Parameters that will be evaluated include but are not limited to probability of hit [P(h)], engagement time, zero retention, optical properties, as well as, size, weight, and power and associated costs (SWaP-C). Desirable features include a range finding capability, atmospheric sensors, weapon orientation sensors, integrated scope display, and a real-time ballistic solution displayed inside the scope's field of view as a minimum, with potential advanced capabilities of interest to include to target tracking, wireless data transfer capability, down-range wind sensing capability or other fire control enablers that can improve target acquisition that can sustain weapon live fire. Interested offerors shall submit three (3) complete Technology Readiness Level-7 (TRL) and above systems at no cost to the Government for assessment and evaluation. TRL-7 is defined as prototype near, or at, planned operational system. Represents a major step up from TRL 6, requiring demonstration of an actual system prototype in an operational environment such as an aircraft, vehicle, or space where ‘operational environment' pertains to environment that addresses all of the operational requirements and specifications required of the final system to include platform/packaging. Please include training cost for 2, 3 and 5 days in the proposal in the event the Government request training support during the evaluation of your system. Submitted systems shall also include technical manuals and/or operating instructions. The full-up systems will be returned to the vendors 90-days after the Limited User Evaluation (LUE). 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. A brief description and development history of the system. 7. Current TRL status. 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. Please provide a cost estimate and any pricing data for the system. 10. Please provide any additional comments or concerns. Response Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. Any pricing data should be sent, if available, and at NO COST to the United States 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 United States Government. Responders are advised that the United States 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 2-8 pages via e-mail by (30 days from issuance of FedBizOps notice). The Point of Contact is Mary Krisanda at mary.f.krisanda.civ@us.army.mil. Interested firms should also provide their address, point-of-contact with telephone number and e-mail address, and size of business (small/large). 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 United States Government. The United States Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The Government is not obligated to notify respondents of the results of this survey. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b3b707a94bb90bbd393561d7f6ac49ff)
 
Record
SN04389773-W 20170204/170202235346-b3b707a94bb90bbd393561d7f6ac49ff (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.