COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS
A -- INTEGRATED POINTER ILLUMINATOR MODULE (IPIM)
- Notice Date
- February 16, 2001
- Contracting Office
- Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N/A
- Response Due
- February 28, 2001
- Point of Contact
- Stacy McAtee, Code 1162, telephone 812-854-1988
- E-Mail Address
- click here for point of contact (mcatee_s@crane.navy.mil)
- Description
- The Navy, on behalf of the US Special Operations Command (USSOCOM) Special Operations Peculiar Modification (SOPMOD) Program is issuing this Request for Information (RFI). SOPMOD is presently conducting a market survey. Sources are sought that can provide Commercial-Off-The-Shelf (COTS)/Non Developmental Items (NDI). NDI include items that are developed but not yet in production, but can reasonably be expected to be in the status of production-ready articles for comparative testing on or about February of 2002. COTS/NDI information is sought for an Integrated Pointer-Illuminator Module (IPIM) to meet the operational requirements of USSOCOM Special Operations' combatants. The SOPMOD Program is not seeking alternate sources for the current AN/PEQ-5 Visible Laser NSN 5860-01-439-5409, AN/PEQ-2 IR Pointer Illuminator NSN 5855-01-422-5253,or the Visible Light Illuminator (VLI) NSN 5855-01-448-5464, rather is interested in sources of COTS/NDI items that would correct the currently existing operational shortfall of lack of system integration of these items, snag hazards caused by exposed wire switching, and the inability to rapidly and effectively switch from visible to infrared modes. An additional shortfall is the low aiming point intensity of the AN/PEQ-5 and AN/PEQ-2 lasers. An Integrated Pointer Illuminator Module is sought that will combine and improve upon the current capabilities represented by the AN/PEQ-5, AN/PEQ-2, and VLI. These capabilities are visible and IR illumination, and visible and IR target aiming. The IPIM (and/or its integrated components) must attach directly to a Mil Std 1913 rail. Desired capabilities include improved range in both IR and visible aiming and illumination, and maximum IR output of 100 mw or more. Visible laser output should be of a wavelength that is visible through currently issued laser protective optical coatings and is more distinct in daylight and darkness as compared to the AN/PEQ-5. The IPIM should utilize a low-consumption power supply. It is desired that the IPIM incorporate the IR pointer/illuminator in the main module and a modular visible light pointer/illuminator that can be detached and mounted separately on the Mil Std. 1913 rail. The modular visible light component, being a normally high-power consumption application, should be capable of operation on its own integral power supply or through the IPIM main module. It is also desired that the IPIM include an ergonomic forward pistol grip that allows for simple, intuitive switching between visible and infrared modes. Vendors who have already fielded or are willing to produce a module with similar capability should include that information in their response. The vendor response to this market survey must include the following information: 1) Technical description of product, to include photographs (electronic photograph preferred). 2) Current users/customers of the product, if any. 3) Contact information for current users/customers, if any. 4) Test qualification history of product, if any. 5) Year 2001 and 2002, cost and delivery schedule for 1, 10, 100, 1000, and 10,000 units. 6) Industry comments on the feasibility of the performance parameters and system description noted above. If item is of foreign origin, vendors must include information on local government plans for procurement and local government/military contract information, if any. The government may be interested in purchasing product samples of certain modules. This notice is related to SOL N00164-00-R-0135 in that is seeks to compare COTS/NDI solutions to ongoing developmental efforts at some future date. This notice does not constitute an invitation for Bids or a Request for Proposal (RFP) and is not a commitment by the SOPMOD Program to procure subject equipment. No solicitation document exits at this time. THE GOVERNMENT DOES NOT INTEND TO AWARD ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Technical Point of Contact: Mr. Rick Osmon, Code 805, telephone (812) 854-5349, email osmon_s@crane.navy.mil. SOPMOD Program Registration: Ms. Paula Pifer, Code 4081, telephone (812) 854-5686, email pifer_p@crane.navy.mil
- Web Link
- click here to download solicitation (http://www.crane.navy.mil/supply/announce.htm)
- Record
- Loren Data Corp. 20010221/ASOL013.HTM (W-047 SN50D9A9)
| A - Research and Development Index
|
Issue Index |
Created on February 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|