Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2012 FBO #3961
SOURCES SOUGHT

66 -- M25 Binocular

Notice Date
9/26/2012
 
Notice Type
Sources Sought
 
Contracting Office
U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-X-A018
 
Response Due
10/15/2012
 
Archive Date
11/14/2012
 
Point of Contact
Jessica Parker, Contract Specialist, 973-724-0000
 
E-Mail Address
Jessica Parker
(jessica.d.parker@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Army Contracting Command (ACC) New Jersey and the Office of the Project Manager for Soldier Weapons are seeking sources and market availability information for the M25 Stabilized Binocular, NSN: 1240-01-410- 7418, Part Number 12961237, which includes classified laser protection filters. The M25 provides users with a high power stabilized binocular with the capability to do target identification and battle damage assessment during day and night operation at extended ranges (2000-4000m). The M25 stabilized binocular is a hand held, light weight, internally stabilized binocular, with laser protection, a military grade reticle, and a rubber or other non-slip coating. Each M25 includes: straps, eye lens covers, objective lens covers, fold-down eye cups, a carrying strap, a hand strap, day eyepieces, both a soft and hard transportation case, and an operators manual. The M25 is hardened against lasers and man-made environmental conditions. The M25 shall have removable day eyepiece assemblies with field upgradeable night vision eyepieces available as an accessory. In addition, if the binocular requires power, an arctic battery kit shall be provided for cold weather use as well as an external power cable for use of vehicle power. The binocular must also fulfill the following performance requirements: -A form of stabilization to offset the effects of vibration and jitter caused by moving wheeled or tracked vehicles/hovering, rotary wind aircraft -Magnification in the day mode shall not be less than 14 power. -Magnification in the night mode shall not be less than 11.8 power. -Weight, including straps, lens caps/covers, and batteries shall not exceed 2.3kg. -Field of view at 1000 meters shall be 73 meters or greater (day mode); and 66 meters or greater (night mode). -Binocular shall remain watertight in 1 meter of water. -Stabilized resolution shall be 6.0 seconds of arc or better; unstabilized resolution shall be 4.3 seconds of arc or better. -The entrance pupil diameter shall be no less than 40 mm. -Operational temperature -32C to +49C -Shall withstand shock, drop, and vibration due to rough handling and transportation associated with use during training and combat operations. Interested parties should submit information describing the characteristics and capabilities of any existing binoculars that can possibly meet the Governments requirements. Information submitted may include, but is not limited to, literature/brochures describing product technical capabilities, design details and operational characteristics, and production capability (monthly sustainable production rate). Interested sources should include a Rough Order of Magnitude (ROM) unit price (per kit). A three (3) year IDIQ contract with a maximum quantity of 1,000 each binoculars is being projected for the near future. The ROM will be used for planning purposes only. 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? If so, what type of small business? 6. Commerciality (Please choose one): (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: 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Describe your proposed binocular product that would satisfy at a minimum the requirements stated above. 11. Do you or your company have clearance for SECRET information, and have the ability to store such information? 12. Describe your past experience (if any) with producing direct view optics that has required laser filters. 13. Please provide any additional comments. 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 U.S. Government. The government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. If a company has an existing commercially available or non-developmental item that meets these requirements, please provide brochures or other information relative to the performance, maintenance, and physical characteristics (i.e., size, weight, etc.) of the product. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in the response to this RFI. All costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP or other solicitation (if any are issued). This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a pre- solicitation notice will be published. Respondents will not be notified of the results of this survey or results of information submitted. Interested sources should submit their qualification data to include their production capabilities within 15 calendar days of this notice. This data should be sent, if available, at no cost or obligation to the U.S. Government to the U.S. Army, Army Contracting Command-New Jersey-Soldier Weapons Contracting Center. ATTN: Jessica Parker, ACC-NJ-SW Bldg. 45B, Picatinny, NJ 07806-5000, Mail Stop: Bldg 10B; email: jessica.d.parker16.civ@mail.mil Furthermore, any questions regarding this announcement shall be submitted via email to the email listed above. Telephone responses and inquiries WILL NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0ec1515fbfa8e26900685712254fd66)
 
Record
SN02900223-W 20120928/120927000613-a0ec1515fbfa8e26900685712254fd66 (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.