Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
DOCUMENT

13 -- REQUEST FOR INFORMATION/SOURCES SOUGHT - IMPROVED FRAGMENTATION HAND GRENADE - Attachment

Notice Date
3/12/2012
 
Notice Type
Attachment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RJR16
 
Response Due
5/14/2012
 
Archive Date
6/18/2012
 
Point of Contact
TECHNICAL POC:
 
E-Mail Address
eric.scheid@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
This request for information/sources sought is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. MARKET SURVEY - REQUEST FOR INFORMATION: The Government is issuing this request for information (RFI) announcement as part of a market survey for an Improved Fragmentation Hand Grenade. The system capabilities, with associated threshold and objective requirements, are provided in Attachment (1). Key performance parameters (KPPs) are annotated. In general terms, the new grenade is desired to be at least 15 percent improvement in total effectiveness over the current M67 fragmentation grenade. The general form / fit / and function (i.e. hand thrown device) are to remain essentially the same. Responses can consist of either existing or proposed systems. Developmental efforts at the Technology Readiness Level (TRL) 3 or higher may be considered. Firms having access to demonstrated research and prototyping capabilities in this area are invited to submit literature, which describes the general approach, previous related work, and an estimate of overall costs and schedule (rough order of magnitude) in the form of a White Paper. Testing requirements are provided as a reference to ultimate system expectations. If testing is associated with a developmental cost and schedule estimate, please clearly identify. Also, if a system has a demonstrated ability to withstand environmental testing, please clearly state. The White Paper should include estimated or known performance relative to the capabilities stated above. Additional information about the form factor, construction materials, energetic compositions and fuze details should be provided as well if available. Information should also include full system descriptions and maturity information. Interested organizations should respond by providing the Government the following information; point of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number, as well as size category (large, small, small disadvantaged, etc) a brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. Also provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria. White Papers responses to this Notice are due within 60 days of the publication of this notice. Any sample material and / or demonstration events associated in this effort will be at the expense of the participating organizations (excluding expenses associated with Government personnel attending any demonstrations). No support of transporting hazards materials of any kind is associated with this notice. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI 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. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement no later than 1400 EDT on or before 14 May 2012 to Naval Surface Warfare Center, Crane Division. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. Submit to the technical point of contact - Mr. Eric Scheid, Code JXRRN, Bldg 3347, NAVSURFWARCENDIV, Crane, IN 47522, telephone (812) 854-5667 or e-mail at: eric.scheid@navy.mil. Reference RFI Number N00164-12-R-JR16 when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RJR16/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RJR16_12RJR16_ss.doc (https://www.neco.navy.mil/synopsis_file/N0016412RJR16_12RJR16_ss.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RJR16_12RJR16_ss.doc

 
File Name: N0016412RJR16_12RJR16_att1.doc (https://www.neco.navy.mil/synopsis_file/N0016412RJR16_12RJR16_att1.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RJR16_12RJR16_att1.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02694837-W 20120314/120312235408-8b1b2f86dd3c4d6e1b87378e120d1ab5 (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.