The RFP Database
New business relationships start here

Precision Sniper Rifle (PSR)-Smart Scope (SS)


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

*UPDATE* W15QKN-18-X-036H (As of 7 August 2018)

The purpose of this Modification/Amendment is to provide responses to the following questions:


QUESTION 1: Please clarify the required quantity of the PSR-SS prototypes.
RESPONSE 1: Anticipated prototype quantities that will go through ruggedization test are 4 to 10 each.


QUESTION 2: Please clarify which weapon system(s) will utilize the PSR-SS prototypes.
RESPONSE 2: M2010 Enhanced Sniper Rifle (ESR), M110 Semi-Automatic Sniper System (SASS), and commercially-off-the-shelf .338NM bolt action guns.


QUESTION 3: Will the PSR-SS prototypes be required to be compatible with the Family of Weapon Sights-Sniper (FWS-S)?
RESPONSE 3: Currently, we anticipate the prototype to interface with INOD and PVS-30, and FWS-S once it becomes available. Center axis of our day and night optical devices when mounted to sniper guns are 1.5-inches above rail.


*****

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to support suitable requirements for Precision Sniper Rifle (PSR)-Smart Scope (SS) candidates. A follow-on Prototype Opportunity Notice (PON) under Section 815 OTA authority, pursuant to 10 U.S.C. § 2371b will be published dependent on the potential sources response to this RFI. The PON will include production buy options.

The objective of this notice is to identify potential sources including non-traditional defense contractors with Commercial-off-the-Shelf (COTS)/Non-Developmental Items (NDI) or sources who have the ability to deliver a functional and ruggedized PSR-SS prototypes within 12 months with the following features: first focal plane direct view optic rifle scope with continuous zoom from 3-6x lowest magnification range to 23-40x highest magnification range, integrated atmospheric sensors, weapon orientation sensors, and a real-time ballistic aimpoint solution displayed inside the scope's field of view with potential advanced capabilities of interest to include target tracking, wireless data transfer capability, time-of-flight wind dots, down-range wind sensing capability, or other fire control enablers that can improve target acquisition, and Time of Engagement (ToE). The functional PSR-SS prototype shall sustain weapon shocks and shall be less than 4.0 lbs total system weight which includes all the built-in features mentioned above, scope mounts, and batteries, and shall be less than 16.5-inches in length. The PSR-SS shall have the capability to interface with a Mil-Std-1913 and/or STANAG 4694 mounting rails, and import US Army fielded laser range finder (LRF) information via wired or wireless data-port. Submitted responses shall include developmental cost, and cost breakdown estimates for 2,500 possible production buys, technical manuals and/or operating instructions, technical specifications, and participant's capability to develop PSR-SS. Interested vendors shall include in their submission their capability to design and develop a PSR-SS prototype.

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
3. Company point of contact and phone number
4. Major partners or suppliers
5. The North American Industry Classification System (NAICS) code. Is your business considered a small business based on your NAICS Code?
6. A brief description and development history and tested parameters of the system.
7. 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 any state and/or local governments. The development of the product was done exclusively at private expense.
(c) None of the above applies. Explain:
8. Please provide a cost estimate and any pricing data for the system.
9. Please provide any additional comments or concerns.

Response:
Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration videos and/or other technical data, as well as identification of current customers. Any pricing data should be sent, if available, and at NO COST to the United States Government.

This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the United States Government.

Responders are advised that the United States Government will not pay for any information, sample hardware or administrative costs incurred in the response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP) or other solicitation (if any are issued).
Interested companies are requested to submit a capabilities statement of 2-8 pages via e-mail by (30 days from issuance of FedBizOps notice). The Point of Contacts are Michelle Hagen, <michelle.h.hagen.civ@mail.mil>; and Catherine John-Angle, <catherine.e.johnangle.civ@mail.mil>;. Interested firms should also provide their address, point-of-contact with telephone number and e-mail address, and size of business (small/large). This is a market survey for information only and shall not be construed as a request for a proposal or as an obligation on the part of the United States Government. The United States Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The Government is not obligated to notify respondents of the results of this survey.


Michelle Han Hagen, Contract Specialist, Phone 9737245320, Email michelle.h.hagen.civ@mail.mil - Catherine E. John-Angle, Contract Specialist, Phone 9737243841, Email catherine.e.johnangle.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP