Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOURCES SOUGHT

10 -- Electro-Muscular Incapacitation (EMI) weapon,

Notice Date
9/2/2020 6:30:12 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0DIP
 
Response Due
10/2/2020 12:00:00 AM
 
Archive Date
10/17/2020
 
Point of Contact
Heather A. Gandy
 
E-Mail Address
heather.a.gandy.civ@mail.mil
(heather.a.gandy.civ@mail.mil)
 
Description
The United States Army, Office of the Project Manager, Close Combat Systems, Picatinny Arsenal, NJ is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide a Commercial-Off-The-Shelf (COTS) Electro-Muscular Incapacitation (EMI) weapon, ammunition and holster for the EMI weapon.� The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The United Sates Army Contracting Command - New Jersey (CCNJ), Emerging Technologies (CCNJ-ET), Picatinny Arsenal, NJ 07806-5000, intends to award a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for the Launched Electric Stun Device (LESD) Program which consists of the following components: TASER��� XP25 Cartridge�, TASER��� X26 Conducted Electrical Weapon� (CEW), Battery Module, and a holster for the CEW. �The TASER XP25 Cartridge is a U.S. Armed Forces Classes of Supply Class V (ammunition) item that attaches to the front of the CEW and contains tethered probes. The probes are fired from the Cartridge and impact the targeted individuals clothing or body. The electric pulses generated by the CEW are conducted through the tethered probes and into the individual, thereby allowing the EMI effect to disable individuals at a distance. REQUIRED CAPABILITIES In order to meet the Governments requirements for the EMI weapon system, respondents should provide information as to whether their system has the ability to incapacitate human targets regardless of size or weight, within one second of contact with an incapacitating effect on personnel for a period of at least five seconds and the ability to engage consecutive targets within ten seconds from the initiation of the first engagement to the initiation of the second engagement. Interested parties should provide information on all safety features of their EMI weapon such as whether the device can automatically turn off (power down) if accidently left on, how many engagements a fully charged system can disperse without the necessity of recharging or changing the power source. It is desired that the EMI weapon be properly sized to support the 5th percentile female to 95th percentile male soldiers. The desired accuracy is the ability to hit an adult human target with two conductive darts anywhere on the body at a range of 0 to 5 meters. The EMI weapon should have aiming device similar to pistol sights (e.g. includes a front-sight post and rear sight alignment). The holster for the EMI weapon should cover the barrel of the EMI weapon so an accidental discharge will not harm the operator; have a feature that automatically engages the EMI weapon's safety mechanism when it is inserted into the holster and should be ambidextrous or convertible from Right-handed to Left-handed. The EMI weapon should be compatible with the following ammunition: NSN 1377-01-595-5104, Cartridge, Non-Lethal Firing Device. The ammunition should be compatible with the following EMI weapon: NSN 1095-01-543-2189, Firing Device, Non-Lethal. The intent of this Sources Sought is to assess the state-of-the art of the technology available in EMI weapon products that could be applied to meet this requirement. �The Government envisions a solution for the Launched Electrode Stun Device (LESD) that meets the following operational and program requirements: � Non-Developmental Item. The LESD should be a non- developmental item to the maximum extent possible. Qualification. Proof of qualification should be addressed in the response. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. Respondents should specify if they are able to provide all of the requested capabilities or only specific capabilities. Interested parties shall provide details on the limitations and environmental considerations of the candidate item, including minimum and maximum temperature/humidity levels, battery life expectancy, and consistency and repeatability of effect. Prospective parties shall also provide details of in-house processes in place for testing the quality and reliability of each item (or a reasonable representative quantity for each lot/batch produced) that confirms the items are built to specification and will function safely and consistently. Additionally, interested parties should address if manufacturing resources are shared with other items/production lines and identify the approximate amount shared. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of UNCLASSIFIED. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. � ELIGIBILITY The applicable NAICS code for this requirement is 335999 with a Small Business Size Standard of 500 employees. The Product Service Code (PSC) is 1095. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Heather Gandy, in either Microsoft Word or Portable Document Format (PDF), via email heather.a.gandy.civ@mail.mil no later than 12:00 p.m. EST on 02 October 2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. �All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e85eacac75564ba981b40f93d66bfc13/view)
 
Record
SN05785168-F 20200904/200902230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.