Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2022 SAM #7455
SOURCES SOUGHT

12 -- Miniature Aiming System-Night Short (MAS-NS)

Notice Date
4/27/2022 8:30:06 AM
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
H9240322MASNS
 
Response Due
1/21/2022 12:00:00 PM
 
Point of Contact
Greg Metty, Phone: 8138262032, Marvin Marcia, Phone: 8138264798
 
E-Mail Address
gregory.metty@socom.mil, marvin.marcia@socom.mil
(gregory.metty@socom.mil, marvin.marcia@socom.mil)
 
Description
This Request for White Papers is NOT a solicitation for proposals, proposal abstracts, or quotations. HQ USSOCOM is seeking information about the current development and technology readiness of a device that has the same or similar characteristics of our vision of a MAS-NS.� Our desired characteristics are included in the attached Objective Statement.� MAS-NS is envisioned as system optimized in its configuration for individual, precision small arms that will improve situational awareness, decrease engagement times, and increase Probability of Hit P(h) commensurate to the effective range of the weapon and its munitions. This effort is to provide Special Operations Forces (SOF) with a compact, lightweight thermal clip-on sight that allows the operator to detect threats and engage targets at the effective range in all SOF environments. Ideally, submissions should be at TRL 6 or better defined as �System/subsystem model or prototype demonstration in a relevant environment� but SOCOM will accept papers for devices at TRL 4 defined as �Component and/or breadboard validation in laboratory environment.� White Paper Submissions Due. vendors may submit up to an 8-page white paper for consideration (See attached for format). The PEO-SW team will review responses. All proprietary information contained in the submission shall be appropriately marked.� The Government will not use proprietary information submitted from any one firm to establish future capability and requirements.� � The following questions have been submitted and answered on 4 Jan 22 Does the articulating mount count towards the 13 ounce system weight target? Negative.� Mount does not count. What is the temperature range for the 2.5 hour battery life target? ~20-25�C. Please clarify the criteria for �compatibility� with DVO at different magnifications. The MAS-N Short needs to be able to mount in-line with, and not interfere with the safe use of, the SU-293, SU-294, and SU-300. Competitive Procedures An announcement will be posted on SAM.GOV, which will explain the process through which the Government intends to pursue this requirement, under the authority cited, and detail what is required to be determined as having a successful prototype project. a. Phase 1 ? Request for White Papers and Demonstration Day: This phase has two components: (1) Submission of white papers, outlining in detail the performer�s proposed solution, including (i) technical approach, (ii) technical maturity, (iii) schedule for prototype completion, and (iv) risk associated with the proposed solution with respect to cost, schedule, and performance; and (2) mandatory Demonstration Day attendance (date, time, and location provided below). Participation at the Demonstration Day, during which performers will be provided one?on?one sessions with the Government evaluation team to discuss their proposed solutions, whether in person or virtual, is required to advance to Phase 2. USSOCOM can host up to 2 representatives in?person from each performer. Additional team members are welcome to attend virtually. Respondents who wish to attend exclusively virtually will need to e?mail the below POCs for call in information. DO NOT CONTACT SOFWERX DIRECTLY. Participation will be at no cost or obligation to the Government. Demonstrations will be evaluated for technical feasibility and risk. If the USSOCOM evaluation team favorably evaluates a performer during this phase, they will be issued a Request for Prototype Proposal in Phase 2. Competitive Procedures An announcement will be posted on SAM.GOV, which will explain the process through which the Government intends to pursue this requirement, under the authority cited, and detail what is required to be determined as having a successful prototype project. a. Phase 1 ? Request for White Papers and Demonstration Day: This phase has two components: (1) Submission of white papers, outlining in detail the performer�s proposed solution, including (i) technical approach, (ii) technical maturity, (iii) schedule for prototype completion, and (iv) risk associated with the proposed solution with respect to cost, schedule, and performance; and (2) mandatory Demonstration Day attendance (date, time, and location provided below). Participation at the Demonstration Day, during which performers will be provided one?on?one sessions with the Government evaluation team to discuss their proposed solutions, whether in person or virtual, is required to advance to Phase 2. USSOCOM can host up to 2 representatives in?person from each performer. Additional team members are welcome to attend virtually. Respondents who wish to attend exclusively virtually will need to e?mail the below POCs for call in information. DO NOT CONTACT SOFWERX DIRECTLY. Participation will be at no cost or obligation to the Government. Demonstrations will be evaluated for technical feasibility and risk. If the USSOCOM evaluation team favorably evaluates a performer during this phase, they will be issued a Request for Prototype Proposal in Phase 2. The event will be held at 23 through 24 May 2022 at the SOFWERXS Facility 1925 E 2nd Ave, Suite 102 Tampa, FL 33605 9:00 am � 4:00 pm b. Phase 2 ? Request for Prototype Proposal (RFPP). RFPP will be evaluated on how they address the required performance characteristics, schedule, risk and cost. If the USSOCOM evaluation team favorably evaluates a performer during this phase, the performer may be awarded an OTA to deliver 7 prototypes. c. Phase 3 ? Assessment � Once prototypes are developed and delivered, the prototypes will be subject to an Assessment to ensure they have met the performance characteristics. Any prototype not passing the Assessment will not be considered for a potential follow?on production contract or transaction. d. Phase 4 ? Military User Assessment (MUA): All remaining prototypes will undergo an MUA by the Crane Division, Naval Surface Warfare Center (NSWC, Crane) and qualified Special Operations small arms experts. The test plan will be made available to the performers. A Prototype(s) assessed at the MUA as �Highly Desirable� will proceed to Phase 5 and undergo DT/OT. e. Phase 5 ? Developmental and Operational Testing (DT/OT): 4. Prototypes will be evaluated for successful completion in Phases 3�5, described above. For a �successful completion� determination, a prototype must meet all Performance Characteristics defined in Appendix 2. Definition of a Successful Prototype and Follow?on Production Prototypes will be evaluated for successful completion in Phases 3�5, described above. For a �successful completion� determination, a prototype must meet all Performance Characteristics defined in Appendix 2. In accordance with 10 U.S.C. � 4022(f), the OTA Agreement will include a provision for a potential follow?on production contract, to be awarded without additional competition. Basic eligibility to receive a follow?on production contract will require the successful completion of the prototype project. A successful prototype project does not obligate the Government to issue a follow?on production contract. The follow?on contract is expected to be an Indefinite Delivery, Indefinite Quantity award under 1) the authorities set forth in 10 U.S.C. ch. 1371 and 48 C.F.R. parts 1 and 2; or 2) a similarly structured OTA agreement under the authority of 10 U.S.C. � 4022(a). Either form of contract shall have a 5?year base ordering period. The Government estimates an acquisition of 10,000 units along with the ability to repair or replace items (sustainability) and order spares over the life of the acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/65eb64a39077411f8f21e8740e6ac409/view)
 
Record
SN06310358-F 20220429/220427230104 (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.