SPECIAL NOTICE
66 -- LONG RANGE SNIPER DAY SCOPE
- Notice Date
- 9/24/2015
- Notice Type
- Special Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016415SNB71
- Archive Date
- 11/14/2015
- Point of Contact
- Jonathan Dickinson, Phone: 812-854-5417
- E-Mail Address
-
jonathan.dickinson@navy.mil
(jonathan.dickinson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-15-S-NB71 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - LONG RANGE SNIPER DAY SCOPE - FSG 66 - NAICS 333314 Issued Date: 24 SEP 2015 - Closing Date: 30 OCT 2015 at 3:00 P.M. MARKET SURVEY: Naval Surface Warfare Center, Crane Division (NSWC Crane) is issuing this RFI/Sources Sought announcement as part of a market research for Long Range Sniper Day Scopes (LRSDS). This effort will continue to be named LRSDS until such time as the Government may assign formal nomenclature. This LRSDS effort is underway to gauge potential interest, identify performance enhancements, and assist in requirement refinement and further development. NSWC Crane is seeking information from industry pertaining to two categories of LRSDS. The two categories of LRSDS are 1) a variable magnified optic with non-illuminated graduated grid milliradian reticles and 2) a variable magnified optic with illuminated graduated grid milliradian reticles. The LRSDS will be used on sniper weapons employed by Special Operations Forces (SOF), including but not limited to the M2010, M107, MK13, MK15, MK20, MK21 family and any sniper rifles with integral MIL-STD-1913/STANAG 4694 rails. The Weapons Accessories (WPNAC) / Special Operations Peculiar Modification (SOPMOD) Kit Program managed at NSWC Crane is interested in receiving product information from industry in support of the LRSDS mission areas. This submission may be in the form of commercial product literature, operating instructions, and/or supplemental technical documentation that define the item and associated hardware. Suggested areas of interest for advanced technology are listed, but not limited to, below: • Advancements in Materials and Designs • Improved Climatic Design for -40 to +71C, Immersion, and Fog Proofing • Size & Weight Reduction • Improved lenses and lens coatings (hydrophobic, anti-reflectivity, etc.) • Adaptive optics • Improvements in Infrared Signature Reduction • Improved Methods of Attachment and Integration • Improved Sustainability for Life Cycle Cost Reduction • Improvements in System Accuracy, Interoperability and Reliability • Improvements in Tactical/Operational Suitability Submissions may be sent by any government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. All interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as white paper or quad chart(s)). This white paper or quad chart(s) should not exceed 10 pages, with an executive summary on the effort, a technical description of the effort, a preliminary schedule, identification of risks, current Technology Readiness Level (TRL), test results on the item (if applicable), performance data, photographs, and a rough cost estimate. Offerors should submit the white papers electronically prior to 3:00 p.m. on 30 October 2015. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. 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: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-15-S-NB71 Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis 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 US 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. White papers may be submitted any time prior to expiration of this announcement. The following e-mail point of contact is provided for information regarding technical programs/technologies of interest within the warfare areas supported by the WPNAC/SOPMOD Program and for submission of white papers: Mr. Scot Curry, david.curry@navy.mil. 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. Contracting Office POC is Mr. Jonathan Dickinson, Code 0231, jonathan.dickinson@navy.mil or 812-854-5417. Please refer to announcement number N00164-15-S-NB71 in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415SNB71/listing.html)
- Record
- SN03903270-W 20150926/150925000903-1d38744a8b97566222a8882076a09e10 (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 |