Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2017 FBO #5860
SOURCES SOUGHT

67 -- Gradient Index Lenses Manufacturing

Notice Date
12/7/2017
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens 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
W15QKN18X00ZL
 
Archive Date
1/23/2018
 
Point of Contact
Marcus L. Edmundson, Phone: 9737245382
 
E-Mail Address
marcus.l.edmundson.civ@mail.mil
(marcus.l.edmundson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Gradient Index (GRIN) Lens Manufacturing The U.S. Army Contracting Command - New Jersey (ACC-NJ), in support of U.S. Army Armament Research, Development and Engineering Center (ARDEC), Small Arms Fire Control and Optics Technology Division, Picatinny Arsenal, NJ is currently seeking information pertaining to the capability of industry or academia to precisely, robustly, rapidly and efficiently manufacture Gradient Index (GRIN) Lenses. ACC-NJ-JAC is issuing this notice to explore a breakout strategy for this capability. The Small Arms Fire Control and Optics Technology Division is interested in exploring the manufacturing capabilities that exist to support this effort and determine if a competitive environment among industry rivals exists. The Statement of Objectives identified for this requirement is as follows: Current Warfighter capability requirements (as expressed in both Capabilities Based Analyses and Capability Development Documents) specify the need to improve target discrimination (detection, classification, recognition and identification) and reduce target engagement time and this can be accomplished through improvements in optical performance of the direct view optics. With conventional optics, this requires an increase in the size and weight of the optics. New optical materials are needed that can simultaneously reduce weight and increase optical performance. Reductions in the optics size/weight correlate to improved weapon handling, accuracy, and speed of engagement. Increases in the optical performance correlate improved ability to detect and identify potential threats on the battlefield (better meet rules of engagement constraints), and to engage to the effective range of the weapon. The Small Arms Fire Control and Optics Technology Division is looking for information that describes technologies applicable to manufacture of gradient index (GRIN) lenses, particularly using polymer material. The objective is to determine the manufacturing readiness level (MRL) for GRIN lens that are available from private industry. Parameters of particular interest include the speed, efficiency, production yield, reproducibility and affordability of the GRIN lens manufacturing industry. This includes the development of the necessary manufacturing support technologies that will provide new lens design methods and tools coupled to the manufacturing processes for the GRIN lenses and optical systems that use GRIN lenses. It is also of interest to determine whether the manufacturing processes is scalable and is able to produce tens of thousands of precision lenses. The following are of particular interest: 1) Materials development 2) Optical element design and the associated optomechanics 3) Test and evaluation methods (metrology) 4) Manufacturing A definition of MRL can be found at http://www.dtic.mil/whs/directives/corres/pdf/500002p.pdf Interested parties shall submit a capabilities statement or white paper, to include a Quad Chart. This white paper should not exceed 3 pages per item, with an executive summary (short paragraph) and a technical description of the method. A Rough Order of Magnitude (ROM) of the per-unit cost associated with the procedure to perform the alignment function should also be provided. Standard corporate brochures are not desired. The capability statement should include the following: company name, address, telephone number, email address, technical point of contract, DUNS number, Cage Code and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). Information about the Joint Certification Program (JCP) is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. This Sources Sought Notice is for planning purposes only and shall not be construed as a solicitation or Request for Proposal (RFP) or as an obligation on the part of the Government. If a formal solicitation is generated at a later date, a Request for Proposal (RFP) will be issued. If a RFP is released, it will be advertised on the Federal Business Opportunities website. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement. The Government is not obligated to notify respondents of the results of this survey. All information submitted will be held in a confidential status. Information provided will not be returned. TELEPHONE INQUIRIES/SUBMISSIONS WILL NOT BE ACCEPTED. The Government will accept questions via email ONLY. The Government is not seeking, and will not accept, unsolicited proposals. Responders are advised that the Government is not responsible and will not pay for any information or administrative costs incurred in responding to this notice. All submissions are requested to be made within thirty (30) calendar days from the date of this publication, via electronic mail to both Points of Contact (POCs) for this action, Contract Specialist, Marcus Edmundson, email: Marcus.L.Edmundson.civ@mail.mil; and Elizabeth Horak, Contracting Officer, email: Elizabeth.A.Horak2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/64501588ab4631702142be434bffbc33)
 
Record
SN04760183-W 20171209/171207231139-64501588ab4631702142be434bffbc33 (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.