SOURCES SOUGHT
78 -- M320 Gernade Holster (M320GL)
- Notice Date
- 11/20/2012
- Notice Type
- Sources Sought
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Natick Installation, BLDG 1 KANSAS STREET, Natick, Massachusetts, 01760-0000, United States
- ZIP Code
- 01760-0000
- Solicitation Number
- W911QyGLHol
- Archive Date
- 12/29/2012
- Point of Contact
- Darren T Bean, Phone: 508-233-5840
- E-Mail Address
-
darren.t.bean.civ@mail.mil
(darren.t.bean.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Product Manager- Soldier Clothing and Individual Equipment (PM-SCIE) seeks a holster for the M320 Grenade Launcher (M320GL) for use in the Stand Alone configuration (not mounted to the weapon). The attributes sought are configuration modularity, with the holster system capable of being quickly transferred and also worn on the hip, thigh, on Modular Lightweight Load Carrying Equipment (MOLLE) load carriage equipment such as rucksacks and the Tactical Assault Panel (TAP), and on individual body armor such as the Improved Outer Tactical Vest (IOTV) or the Soldier Plate Carrier System (SPCS). This M320GL Holster RFI will be used to determine if alternate solutions are currently available and the impact such a holster might have on future procurement efforts without creating a burdensome logistical requirement. This RFI requests capability statements from companies for the purpose of identifying potential sources that have designs they believe will assist the Army in identifying and evaluating a M320GL Holster in all configurations and with the modularity as described above. This is a Request for Information (RFI) only. This RFI is being issued in preparation for an anticipated Request for Proposal (RFP) for an M320GL Holster system in multiple configurations and with the modularity as described above. Due to the time constraints, respondents must have a mature design in order to be considered as a potential source for this effort. The required characteristics of this M320GL Holster system: 1. Required Characteristics: (T=Threshold, O=Objective) a. The M320GL-H size/footprint shall allow for a secure and accessible means to carry the M320GL and Soldier-configurable, simultaneous carry of other mission critical items/equipment. b. The GLH shall allow for multiple (e.g., waist, torso, thigh, assault pack, etc.) carry configuration(s) options. c. The GLH shall have two means of retaining the M320. d. The GLH shall possess sufficient ruggedness to withstand military use. e. The GLH shall provide a lanyard for weapon retention (T). The lanyard shall not hinder engagement of targets (T=O). The lanyard and/or lanyard attaching points shall allow rapid separation of the weapon from the user under emergency conditions. Weapon Lanyard shall provide stability for firing the M320 without the buttstock attached (O). Accuracy must equal or exceed the current (buttstock configuration) system to the maximum effective range of the M320. f. The GLH shall be compatible with the MOLLE attachment system. g. Operation of the GLH shall be compatible with combat clothing (including body armor, with and w/o plates, chemical PPE, wet/cold weather clothing, both day and night). h. The GLH shall provide for reduced visual detection via a neutral non-reflective, non-black color (e.g., tan, gray-green, gray, taupe, Flat Dark Earth, etc.) i. The M320GL-H system must be fully compliant with the Berry Amendment and the Buy American Act. The findings from this Market Research effort may impact any future solicitations related to this requirement. This Market Research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI Request for Information received by the Government will not be accepted to form a binding contract. This is a Request for Information and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. The Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL or PDF format will be rejected and considered nonresponsive. Capability Statements should include: a minimum and maximum delivery schedule, Quality Management System (QMS), business size (i.e. small/large/HUB Zone), CAGE Code and DUNS number, current contract/task order numbers, contract information and any information that can be used to determine contractor capability for providing similar products, the ability to modify existing products and/or develop new products that could meet the requirements described herein. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the government. Interested parties should respond by 14Dec 2012. Address any questions about this request for information to Mr. Darren Bean via e-mail at Darren.t.bean.civ@mail.mil Qualified sources are requested to electronically send their information via email with their Company Name and Solicitation number in the email subject line to: Mr. Darren Bean via e-mail at Darren.t.bean.civ@mail.mil Please include the following information in the body of your email in the following format: 1) NAICS code(s) under which you will perform this task. 2) Company address, telephone number, primary contact(s) with e-mail address(es) and CAGE code. 3) Business size (i.e., small/large/HUB Zone), and DUNS number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at http://www.ccr.gov). 4) Brief statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein. This can also include current or past performance of providing this or similar products to the Government. 5) Minimum and maximum delivery schedule per month and anticipated volume discounts. 6) Ramp schedule. 7) All assumptions, including any assumed/required Government support.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2258414ba588cd8c93f85ffa7ae32b3c)
- Record
- SN02935227-W 20121122/121120235232-2258414ba588cd8c93f85ffa7ae32b3c (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 |