REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MINIATURE AIMING SYSTEMS - DAY OPTICS (MAS-D) FOR THE RANGING - VARIABLE POWER DAYSCOPE (R-VPS)

expired opportunity(Expired)
From: Federal Government(Federal)
N0016419SNB94

Basic Details

started - 29 May, 2019 (about 4 years ago)

Start Date

29 May, 2019 (about 4 years ago)
due - 28 Jun, 2019 (about 4 years ago)

Due Date

28 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0016419SNB94

Identifier

N0016419SNB94
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE NAVY (156968)NAVSEA (28123)NAVSEA WARFARE CENTER (18950)NSWC CRANE (2592)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

N0016419SNB94 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MINIATURE AIMING SYSTEMS - DAY OPTICS (MAS-D) FOR THE RANGING - VARIABLE POWER DAYSCOPE (R-VPS) - FSC 1240 - NAICS 333314 - Issued Date: May 29, 2019 - Closing Date: June 28, 2019MARKET 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 a Ranging Variable Power Dayscope (R-VPS) as identified in the Miniature Aiming Systems - Day Optics (MAS-D) Capabilities Document (CPD). This effort is underway to gauge potential interest, establish the current state of industry, and assist in specification refinement and validation.The anticipated / estimated Acquisition Timeline Milestones are as follows (Subject to Change): RFP - 1st QTR FY20; RFP Close - 60 days after RFP issuance; and Contract Award - 4th QTR FY20.The Visual Augmentation Systems - Weapons
Accessories (VASWA) Program at NSWC Crane is interested in receiving feedback and product information from industry in support of the MAS-D R-VPS mission areas. A Draft Performance Specification (PS) and Draft Statement of Work (SOW) has been provided for review. In addition to feedback on the Draft PS and Draft SOW, a technical description of the product(s), such as physical characteristics, operational features, performance data, and photographs are of particular interest to assist in establishing the state of industry.This submission may be in the form of product literature, operating instructions, and/or supplemental technical documentation that define the item(s) and associated hardware. Potential sources should also provide any test results on the item(s) if applicable. 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". Please be concise in your response with a targeted length of not more than ten pages per item, with an executive summary (short paragraph) on the effort, the technical description of the effort, a preliminary schedule, identification of risks, place of manufacture, current Technology Readiness Level (TRL) and a rough cost estimate. Offerors should submit the white papers electronically prior to 3:00 p.m. on July 1, 2019 in order to be evaluated. White papers received after the closing date of this RFI may not be considered by the Government as part of the market research for the R-VPS.The Quad Chart should include the following items: (1) Development/Delivery Lead Time for 12 product samples and for Full Rate Production after receipt of order, (2) Production Cost Estimate for a Rough Order of Magnitude (ROM) estimate, (3) It is anticipated that this requirement may be a five-year, indefinite delivery, indefinite quantity (IDIQ) contract with five additional priced option years. Please confirm that the vendor would be interested in proposing on this ten-year requirement, (4) Advanced Technology Areas Addressed, and (5) Current TRL of Solution.Draft PS and Draft SOW:Please read the Draft PS and Draft SOW carefully and identify questions and concerns. Questions to answer: Can you meet these Draft PS and Draft SOW requirements and if NOT, what is needed in regards to time, schedule, and cost required to meet the requirements? Please note if you take any exceptions to any part of the Draft PS in both Threshold and Objective Requirements. Provide a list of questions/concerns about the draft performance specification or draft statement of work - no page limit. Provide a Specification Matrix - Answer if products currently meet the thresholds and objectives, and if not, include an anticipated timeline. Discuss other technologies not captured in specification that could be of benefit to the SOF operators in a SOF environment - not to exceed 5 pages.In addition to the above submission, all interested parties are requested to fill out and return the attached Market Research Questionnaire included with 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 NameStreet Address, City, State, NINE-Digit zip codePoint of Contact (POC)POC TelephoneAnnouncement Number: N0016419SNB94It 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 System for Award Management (SAM) and in the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx .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 contacts are 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. Aaron Talbert, aaron.r.talbert@navy.mil and Mr. John Roberts, john.c.roberts3@navy.mil .Any changes that occur to this RFI will be posted to the FedBizOpps website.Please refer to announcement number N0016419SNB94 in all correspondence and communications.ATTACHMENTS:1. Draft PS2. Draft SOW3. Market Research Questionnaire

300 Highway 361 Building 3373 Crane, Indiana 47522-5001 United StatesLocation

Place Of Performance : 300 Highway 361 Building 3373 Crane, Indiana 47522-5001 United States

Country : United StatesState : Indiana

Classification

333 -- Machinery Manufacturing/333314 -- Optical Instrument and Lens Manufacturing
naicsCode 333314
pscCode 12Fire Control Transmitting and Receiving Equipment, except Airborne