SPECIAL NOTICE
10 -- REQUEST FOR INFORMATION - MK 38 MOD 2 7.62MM CO-AXIAL MOUNTED MACHINE GUN
- Notice Date
- 5/12/2016
- Notice Type
- Special Notice
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories 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
- N0016416SNB77
- Archive Date
- 6/24/2016
- Point of Contact
- Mr. Casey Bault, Phone: 812-854-2378
- E-Mail Address
-
casey.bault@navy.mil
(casey.bault@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-16-S-NB77 - REQUEST FOR INFORMATION - MK 38 MOD 2 7.62MM CO-AXIAL MOUNTED MACHINE GUN - FSC 1005 - NAICS 332994 - Issue Date: 12 MAY 2016 - Closing Date: 9 JUN 2016 2:00 pm EDT SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e) to determine the availability and technical capability of industry to provide Naval Surface Warfare Center (NSWC), Crane Division information about industry capability to provide an externally powered (electric), single barrel 7.62mm coaxial-mounted gun with gun control unit (GCU) that is capable of interfacing with the USN MK38 MOD 2 or MK38 MOD 3 Machine Gun System (MGS). This RFI is being posted to assist in determining the appropriate contract strategy to fulfill a Government requirement. The Naval Surface Warfare Center, Crane Division, anticipates awarding a five-year, Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for an externally powered (electric), 7.62mm coaxial-mounted gun with gun control unit (GCU) that is capable of interfacing with the MK38 MOD 2 Machine Gun System (MGS). Currently the USG knows of only one firm (Orbital ATK, Inc. 3309 North Reseda Circle, Mesa, AZ 85215-9103; CAGE: 1YQE8) capable of meeting the requirements. The Naval Surface Warfare Center Crane Division is requesting information from Industry on this requirement. This Request for Information is seeking businesses capable of meeting the Government's requirement. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All responses may be used to determine the appropriate acquisition strategy for future acquisitions. Responses to this RFI shall include a white paper submission due no later than 9 June 2016 that addresses all of the following topics: 1) General Gun Specification Compliance: - 7.62mm Electrically Powered Gun with Gun Control System that is compatible with the USN Mk 38 Mod 2 and Mod 3 Machine Gun System. - Rate of fire approximately 500 RPM - Shall be able to safely fire US Government in-service or NATO interchangeable stocks of 7.62x51mm ammunition -When mounted on a stiff test stand and with a new barrel, one standard deviation of at least 200 hit points shall be less than or equal to 0.5 milliradians in the horizontal and vertical direction. The hit points shall be produced by firing US Government in-service or NATO interchangeable stocks of 7.62x51mm ammunition in fully automatic bursts. - Automatic-misfire ejection without stopping and shall be able to remotely clear a misfire from the USN MK38 MOD 2 or MK38 MOD 3 Machine Gun System - Capable for low burst and high burst (can respond to a specified time of firing) - Built-in cartridge Firing Cycle Counter - Built-in Test across RS422 communication channel - Hand operated Mechanical Safety at the Gun - Electrical Safety - the gun shall be capable of being Remotely Safed and this information must be able to be communicated to the USN MK38 MOD 2 or MK38 MOD 3 Machine Gun System 2) Test and qualifying: - Weapons System Explosives Safety Review Board (WSESRB) compliance - Any past (or ongoing) Qualification Data and Qualification Certifications by a Government Authority (especially from a competent and recognized the government authority such as a NATO or Partner for Peace nation qualification for service use report or safety certification) - Any demonstration or gun service-life test data (parts usage and parts life data) for provisioning data purposes 3) Integrated Logistic Support (ILS) - Contractor SSPP (System Safety Program Plan) that conforms to MIL-STD-882E, List of Hazard Assessment Reports (HARs) - Tech manual development and verification - Other ILS products- maintenance plan, maintenance requirement cards (MRCs), ILSP, CM plan 4) Material - Special tools and test equipment - Budgetary estimate for four to five guns for support structure at two training sites, ISEA, TDA, and OEM. 5) Contractor capabilities - OEM depot repair facility capabilities - Contractor Production History and quantities built to include First Article Reports 6) Timeline or dates leading to production guns/quantities (estimated quantities of 64 per year). 7) Additional Response Information - Submitter's Name - Street Address, City, State, NINE-Digit zip code - Point of Contact (POC) - POC Telephone and facsimile numbers - Announcement Number: N00164-16-S-NB77 The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. It shall not be used as a proposal. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for proposals. This notice will satisfy the requirement under the Department of Defense FAR Supplement PGI 206.302-1(d) if it is determined to pursue a sole source procurement to the only currently known source. A formal solicitation will not be issued on www.fbo.gov. Interested parties may contact the POC below. No hard copies of the solicitation will be mailed. To be eligible for award, contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive controlled documents. Offerors may obtain information on SAM 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. The government point of contact is Mr. Casey Bault, Code 0232, via telephone (812)854-2378 or email casey.bault@navy.mil. Reference the above RFI number, N00164-16-S-NB77, when responding to this notice. All required information must be received on or before 9 June 2016 2:00 pm EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB77/listing.html)
- Record
- SN04114909-W 20160514/160512234525-1a9fdccde57fcc6c8f11e7ba9cdd0818 (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 |