DOCUMENT
99 -- SOURCES SOUGHT - HAND HELD IMAGER MINI LONG RANGE DEVICE - Attachment
- Notice Date
- 9/21/2012
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016412SNB23
- Archive Date
- 11/26/2012
- E-Mail Address
-
POINT OF CONTACT
(gary.frye1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This solicitation 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 - SOURCES SOUGHT SYNOPSIS: Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for market research purposes relative to Hand Held Imager (HHI) Mini Long Range (LR) Device. The purpose of this Sources Sought is to: 1) Identify potential vendors to meet a need of the United States Special Operations Command for a Hand Held Imager (HHI) Mini Long Range (LR) Device and, 2) Notify industry that NSWC Crane may procure up to 1,000 units in accordance with requirements as outlined in the Statement of Work (SOW) and performance specification (PS). This acquisition will develop and demonstrate technologies vital to the successful fielding of a next-generation Hand Held Imager (HHI) Mini Long Range (LR) Device which will provide Special Operations Forces (SOF) with an all-weather, low light/no light long range target observation capability for Special Operations Forces (SOF). The HHI Mini LR will maintain similar range performance currently included in the existing AN/PAS-24/A system and integrate a laser range finder while reducing overall size and weight. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as white paper). This white paper should not exceed 30 pages written (Times New Roman, 12 font) or MS PowerPoint slides, (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), with an executive summary (one page or less) on the effort, a technical description, identification of risks, current Technology Readiness Level (TRL), operational availability data, Reliability-Availability-Maintainability (RAM) data, and an estimation of cost including Life Cycle Costs (10 year estimates for annual preventative maintenance, repair, and component replacement parts cost). Cost estimates shall include, if applicable, any non-recurring engineering costs as well as procurement costs with lead time for availability. Interested sources should submit the white paper electronically or in hard copy to the Points of Contact (POCs) listed below. NSWC Crane, 300 Highway 361 Mr. Corry Corbin - Code JXQR - Building 3291 Crane, Indiana 47522 The white paper in response to this notification, should address in detail how the manufacturer intends to meet the HHI Mini LR requirements as outlined in the Performance Specification (PS) and SOW. Summary of the firm's capabilities needs to address at a minimum the following: 1. An executive summary of the firms capability and experience in Hand Held Imager technology. Additional information in the executive summary should include a discussion of the proposed solution to NSWC Cranes requirements to include; proposed product maturity, current status of proposed product (concept, brass board, engineering model, in production), any test results if applicable, pictures if applicable, and product literature. 2. A matrix that includes the firms ability to meet the threshold and/or objective requirements outlined in the performance specification and identifies any limitations with meeting the required thresholds. 3. The firms capability to meet range performance, enemy combatant classification, and laser range finder performance as outlined in the PS and provide modeling data that supports the range performance for the system. 4. A rough order of magnitude (ROM) pricing for production units to include applicable quantity breaks up to 1,000 and the firms ROM for the R&D effort of the program. The firm shall indicate their ability to meet a minimum delivery schedule of 50 systems per month. 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. Responses to the RFI shall include the following: Submitters Name Street Address, City, State, nine (9) digit Zip Code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-12-S-NB23 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. 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. Contractors must be properly registered in the Government's Central Contractor Registration (CCR) and in the Joint Certification Program (JCP) in order to receive the solicitation attachments. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Information about the JCP is located at http://www.dlis.dla.mil. All interested parties should provide the requested information regarding this announcement no later than 1400 EDST on or before 10 October 2012, at the Naval Surface Warfare Center, Crane Division. White papers may be submitted any time prior to expiration of this announcement. Responses received after 1400 EDST on 10 October 2012 may or may not be considered in the governments analyses. All responses shall include companys administrative information in addition to the technical detail requested above. Note: It is NSWC Cranes intention to rapidly review the information received under this sources sought notification and proceed to issue a Request for Proposal. It is extremely important for companies to identify the level of maturity of their proposed solution. Note: This effort will be conducted as phase approach as per the SOW outlined in Section 3.1 General. The following e-mail point of contact is provided for information regarding technical programs/technologies of interest with Electro Optics supported by the NSWC Special Operations Branch (JXQ) and for submission of white papers: Mr. Corry Corbin, Phone:(812) 854-1312, E-mail:charlton.corbin@navy.mil and NSWC Crane Contracting Office point of contact is Mr. Gary Frye, Phone: (812) 854-8890, E-mail: gary.frye1@navy.mil. Please refer to the announcement number in all correspondence and communications
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412SNB23/listing.html)
- Document(s)
- Attachment
- File Name: N0016412SNB23_12SNB23_spec_note.docx (https://www.neco.navy.mil/synopsis_file/N0016412SNB23_12SNB23_spec_note.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016412SNB23_12SNB23_spec_note.docx
- File Name: N0016412SNB23_12SNB23_spec_note_att.zip (https://www.neco.navy.mil/synopsis_file/N0016412SNB23_12SNB23_spec_note_att.zip)
- Link: https://www.neco.navy.mil/synopsis_file/N0016412SNB23_12SNB23_spec_note_att.zip
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016412SNB23_12SNB23_spec_note.docx (https://www.neco.navy.mil/synopsis_file/N0016412SNB23_12SNB23_spec_note.docx)
- Record
- SN02894303-W 20120923/120922001859-ad45abfd57b048042b58a2dbafbb320d (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 |