Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2016 FBO #5493
SPECIAL NOTICE

14 -- REQUEST FOR INFORMATION - PRECISION GUIDED MUNITIONS

Notice Date
12/5/2016
 
Notice Type
Special Notice
 
NAICS
336414 — Guided Missile and Space Vehicle 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
N0016417SNB27
 
Archive Date
2/1/2017
 
Point of Contact
Joshua Gwaltney, Phone: (812)854-8830
 
E-Mail Address
joshua.gwaltney@navy.mil
(joshua.gwaltney@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NB27 - REQUEST FOR INFORMATION - PRECISION GUIDED MUNITIONS - FSC 1410 - NAICS 336414 - (MUNITIONS DEVELOPMENT BRANCH) Issue Date 05 DEC 2016 - Closing Date 11 JAN 2017 - 2:00 PM MARKET SURVEY - REQUEST FOR INFORMATION SYNOPSIS: The Crane Division, Naval Surface Warfare Center - NSWC Crane is seeking information for market research purposes relative to technologies available to support Ground to Ground (G2G) short range Precision Guided Munitions (PGM). Request for Information (RFI) is sought for 40MM to 84MM systems which may provide the following characteristics. 1) One man portable and deployment. 2) Minimum effective range of 1,500 meters (40MM system). 3) Minimum effective range of 2,500 meters (84MM system). 4) Munition must have a Semi-Active Laser (SAL) capability or other type fire-and-forget targeting system. 5) Ability to defeat soft targets as well as lightly armored vehicles. 6) Ability to acquire fixed, as well as, slow moving (<10mph) targets. 7) Laser designator for use with SAL munition must be capable of being mounted on a weapon, hand held, or projected from an air asset onto target 8) Ability to acquire and designate targets during day and night. 9) 40MM systems must be compatible with H&K M320, MK 13 EGLM, and M203 grenade launchers. The Closing Date for receipt of comments on the Precision Guided Munition performance characteristics is 11 January 2017. This announcement is a public invitation. Failure to participate or provide written feedback to the draft performance specification will not preclude abstaining vendors from bidding on possible future solicitations. This announcement is part of the full-, free-, and open- competition process, which encourages industry and academia to help shape Government specifications to match what is possible, affordable, and timely. Failure to participate in this open pre-solicitation conference or to provide written feedback may result in a future Government performance specification over which the abstaining vendors have limited influence in the acquisition process, and may deprive abstaining vendors of potentially valuable direct early interaction with contracting officials and acquisition planners. This announcement 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 U. S. 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. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this program is appreciated. Characteristics identified in this announcement should be used as a guide to format your response to the solicitation. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as "white paper"). This white paper should not exceed 20 pages written (Times New Roman, 12 font) or MS PowerPoint slides, (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), with an executive summary (one page or less) on the effort, a technical description, identification of risks, current Technology Readiness Level (TRL), operational availability data, and Reliability-Availability-Maintainability (RAM) data. Also include a brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria. 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 (9) digit Zip Code Point of Contact (POC) POC Telephone and facsimile numbers DUNS number CAGE Code Announcement Number: N00164-17-S-NB27 This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). This announcement 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. Responses to this notice cannot be accepted as offers. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement or participate in the Industry Day. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, nor is the Government tasking any offeror to develop any technologies described herein. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. All interested parties should provide the requested information regarding this announcement no later than 1400 EDT on or before the closing date as specified at the beginning of this solicitation, at the Naval Surface Warfare Center, Crane Division. White papers may be submitted any time prior to expiration of this announcement. Responses received after 1400 EDT on the closing date may not be considered in the government's analyses. Electronic or hard-copy submissions will be reviewed if received by the closing date and time. Electronic submissions regarding this announcement may be directed to Mr. Joshua Gwaltney, Phone :(812)854-8830, E-mail: joshua.gwaltney@navy.mil. Hardcopy submissions should be mailed to the following: Mr. Joshua Gwaltney, Code JXRQ, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to announcement number N00164-17-S-NB27 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB27/listing.html)
 
Record
SN04343064-W 20161207/161205234618-e27621b76ea93677bf252a349db858d9 (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.