Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2016 FBO #5207
SOURCES SOUGHT

10 -- Non-Lethal Weapon Systems Market Survey/Sources Sought Notice

Notice Date
2/23/2016
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-R-0089
 
Archive Date
4/7/2016
 
Point of Contact
Krista M. Ellison, Phone: 9737246894, Christie Vicci, Phone: 9737244179
 
E-Mail Address
krista.m.ellison.civ@mail.mil, christie.r.vicci.civ@mail.mil
(krista.m.ellison.civ@mail.mil, christie.r.vicci.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Non-Lethal Weapon Systems Market Survey/Sources Sought Notice W15QKN-16-R-0089 - Non-Lethal Weapon System Anticipated Post Date: February 23, 2016 Response Date: March 23, 2016 Classification Code: 10 - Weapons NAICS Code: 332 -- Fabricated Metal Product Manufacturing/332994 -- Small Arms, Ordnance, and Ordnance Accessories Manufacturing Synopsis: The US ARMY ARDEC, Picatinny Arsenal, NJ is seeking product information on commercial and/or developed Non-Lethal weapon systems. The government is interested in anything in the commercial market place the falls within these basic requirements regardless of the design developmental stage. The desired weapon system should be a man-portable, small caliber weapon system that uses Variable-Velocity technology to fire projectiles at different muzzle velocities, on a shot-to-shot basis, depending on the target distance. The weapon system should deliver consistent NL effects at all ranges within its capabilities. The system should be designed to accept an optional fire control system, which can automatically set the optimal NL muzzle velocity by measuring the target's distance. The fire control system itself is not required at this time, but shall be a design consideration. The same ammunition should be used for all ranges (not a suite of different ammunition types for different ranges). Smart munitions (those with fuzes or electronic components) are not desired. This is a market survey for information only and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The Government is also requesting the following: 1. A point of contact for your Company which will include: the contact's name, address, website (if available), phone number, and email address as well as your company's Cage Code and Duns Number. 2. Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.) a. If you elect to provide information on your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted. b. Indicate, company size(please verify as either Large, Foreign, Small, Small Disadvantage, 8(a), Woman- Owned Small Business, or Service-Disabled Small Business). 3. Qualified Sources should also provide the following: a. Is your organization interested in being a Prime contractor or a Subcontractor? b. If you are a small business and plan to be a prime, please inform how you will meet the limitations on subcontracting Clause 52.219-14. c. If your company was awarded a contract, would your company be able to perform at least 50% (percent) of the work required in house? d. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? Firms/companies are invited to indicate their interests by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and rough indication of pricing for a single unit. All data should be sent at no cost to the US Government by March 23, 2016 to krista.m.ellison.civ@mail.mil, US Army Contracting Command, ATTN: Krista Ellison. In addition, please provide the firm's name and address, point of contact with telephone number and email address, and size of business (small/large).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/589572cbe200bbf5fbacd1851daa2118)
 
Place of Performance
Address: N/A, United States
 
Record
SN04028318-W 20160225/160223235353-589572cbe200bbf5fbacd1851daa2118 (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.