SPECIAL NOTICE
58 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - Miniature Aiming Systems - Day Optic Sights (MAS-D) Advanced Precision - Variable Power Scope
- Notice Date
- 11/1/2018
- 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
- N0016419SNB14
- Archive Date
- 12/15/2018
- Point of Contact
- Michael Muessel, Phone: (812) 854-5099
- E-Mail Address
-
michael.muessel@navy.mil
(michael.muessel@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N0016419SNB14 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - Miniature Aiming Systems - Day Optic Sights (MAS-D) Advanced Precision - Variable Power Scope - FSC 5855 - NAICS 333314 Issued Date: 11/1/2018 - Closing Date: 11/30/2018 This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting/default.aspx. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this RFI/sources sought announcement as part of a market survey. Naval Surface Warfare Center (NSWC), Crane Division is seeking information from industry pertaining to the Miniature Aiming Systems - Day Optic Sight (MAS-D) Advanced Precision - Variable Power Scope (AP-VPS). The AP-VPS is a low profile, wide field of view, scope for near-range engagements out to and beyond the maximum effective range of the weapon system, for small arms employed by Special Operations Forces (SOF), including but not limited to the MK17, CSASS (Nomenclature TBD), M110K, MK13, MK15, M110, M2010, M107 and any other current or future rifles with an integral accessory rail. The AP-VPS shall display range finding, ballistics offsets, and other engagement data within the optics field of view. These will upgrade the Family of Sniper Weapon Systems (FSWS) family of sniper scopes previously fielded as part of the sniper weapon system and supplement the P-VPS. This effort is underway to gauge potential interest, establish the current state of industry, identify marked improvement in performance over fielded equipment, and assist in specification refinement and validation. Attached is the draft AP-VPS Performance Specification for review and comment. The Visual Augmentation Systems Weapons Accessories Program supported by NSWC Crane is interested in receiving feedback and product information from industry in support of the MAS-D AP-VPS 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 -Integration with existing and future Laser Range Finders and weather sensors -Size & Weight -Improved lenses and lens coatings (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 -Digital Display to receive and display external information internal to the viewing window. Potential sources should also provide any test results on the item if applicable. A technical description of the product, such as physical characteristics, operational features, performance data, photographs, and a rough cost estimate should be included. 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 abbreviated synopsis or white paper, preferably in the form of a "Quad Chart". This white paper should not exceed 3 pages per item, with an executive summary (short paragraph) on the effort, a technical description of the effort, a preliminary schedule, identification of risks, current Technology Readiness Level (TRL) and a cost estimate that includes Test, Tear-Down, and Evaluation (TT&E) Costs and Repair Costs. Offerors should submit the white papers electronically prior to 3:00 p.m. on 30 November 2018 in order to be evaluated prior to the IPT brief 18 January 2019. Submittals after this date will still be accepted, although there is no guarantee they will be seen by the IPT members. White papers may be submitted any time prior to expiration of this announcement. 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: N0016419SNB14 It should be noted that the Government plans to utilize employees from Science Applications International Corporation (SAIC), TriStar Engineering (TSE), Mulbeck LLC and possibly other direct Government contractors as advisors to the Government. 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 VASWA Program and for submission of white papers: Mr. David Curry (david.curry@navy.mil). The contracting POC is Mr. Michael Muessel (e-mail: michael.muessel@navy.mil). DO NOT send white papers to the contracting POC. Please refer to announcement number N0016419SNB14 in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419SNB14/listing.html)
- Record
- SN05140259-W 20181103/181101230642-2421eb56651174b1a117fbb4d1d91aec (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 |