The RFP Database
New business relationships start here

CSASS suppressors and accessories


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Market Survey: W15QKN-18-X-00RB

The US Army, Army Contracting Command, New Jersey located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for manufacturing suppressors and accessories for the Compact Semi-Automatic Sniper System (CSASS).

The result of this sources sought notice/market research will contribute to determining the method of procurement and level of competition if a requirement materializes. For example, based on the response(s), 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.


REQUIRED CAPABILITIES


These suppressors and accessories shall be built to the specifications identified in this notice. The CSASS is a piston-driven, gas operated, shoulder fired rifle chambered in 7.62x51mm NATO firing M118LR ammunition. The CSASS is man-portable, direct line of sight weapon system capable of providing precision fire on personnel targets at distances of up to 800 meters. This notice is to determine if there are potential sources capable of manufacturing the following CSASS Suppressors and Accessories:


1. CSASS/Geissele Handguard with M-lok attachment
2. CSASS/Schmidt & Bender Scope, 3-20x50 PMII Ultra Short
3. CSASS/Geissele 34mm Scope mount with bubble level
4. CSASS/HK G28 Buttstock, complete kit
5. CSASS/HK Brown pistol grip
6. CSASS/JP Rifle 45 Degree offset rail adapter
7. CSASS/Viking Tactics V-Tac Mk2 Sling, Coyote
8. CSASS/LaRue Harris BRM-S LT706 QD bipod
9. CSASS/HK Backplate with QD sling swivel
10. CSASS/OSS Dummy Suppressor w/muzzle brake
11. CSASS/OSS 1-Piece QD Suppressor w/muzzle brake


The USG looks to procure a quantity of 10 each of the aforementioned accessories. All accessories must be compatible with the current CSASS, produced by Hecker-Koch.
This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided.

ELIGIBILITY


The applicable NAICS code for this requirement is 332994 with a Small Business Size Standard of 1,000 employees. The Federal Supply Code (FSC) is 1095, Miscellaneous Weapons.


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.


Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items:


1. Company Name
2. Company Address / Country Represented / Website
3. Company point of contact and phone number
4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number 5. The North American Industry Classification System (NAICS) code for this effort is 332994.
6. Commerciality:
a. ( ) Our product as described above, has been sold, leased or licensed to the general public
b. ( ) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense
c. ( ) None of the above applies. Explain.
7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location).
8. Major partners or suppliers.
9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required).
10. Provide minimum and maximum monthly production rates of past production of same or similar items.
11. Please provide any additional comments


All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, within 7 calendar days to marlene.a.sanchez2.civ@mail.mil and katherine.n.conklin.civ@mail.mil. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The point of contact is Marlene Sanchez, Contract Specialist at marlene.a.sanchez2.civ@mail.mil or Katherine Conklin, Contracting Officer at katherine.n.conklin.civ@mail.mil. The Government will accept relevant written questions by email prior to the response submission date.


Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. The U.S. Government is not liable for any expenses incurred by any company's response to this survey. The U.S. Government is not liable for any expenses incurred by offerors or companies in submitting or completing the required forms. 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.


Marlene Sanchez, Email marlene.a.sanchez2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP