The RFP Database
New business relationships start here

Small Arms Fire Control Systems with stand-off wind speed and direction measurement capabilities


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

The U.S. Army, Army Contracting Command-New Jersey (ACC-NJ) in support of Army Armament Research, Development and Engineering Center (ARDEC), is conducting a market survey to identify potential sources for small arms fire control systems with stand-off wind speed and direction measurement capabilities. This market survey shall provide Picatinny Arsenal and other DOD entities with a baseline understanding of current capabilities. The information provided shall be for fire control systems that are currently available or are being developed by the vendor.


The Government desires vendor demonstration system with the following capabilities for evaluation to inform a potential future Capabilities Design Document. Vendor is encouraged to provide concepts in regards to future development.


Interested offerors shall submit a quad chart (vendor format) in addition to responses to the Vendor Questionnaire to describe the systems attributes. Interested vendors are requested to identify, for each requirement listed below as to whether the requirement is considered met, not met, equivalent, or better for their proposed system.


 


REQUIREMENTS
Specific Stand-Off Fire Control System with Wind Speed and Direction Capability, attributes are as follows:


1. The system shall be less than 10 lbs system weight. System weight includes any optics, LRF, orientation sensors, electronics to operate the system, mounting adapters, and enablers', power source, cables, and controller.
2. The system shall be able to mount to a MIL-STD-1913 Picatinny rail and or tripod mountable.
3. The system shall be controlled by one individual and easily movable from one target to the next.
4. The system shall be protected from environmental effects that may have an impact on accurate wind speed measurements
5. Systems shall provide wind speed measurements from a fixed firing point to designated target surface, both manmade and natural from; (T) 400 meters to 1000 meters, (O) 100 meters to 1600 meters.
6. The system shall run on internal power source or external battery.
7. The system shall have the ability to be coaxially aligned with currently issued night vision devices.
8. The system shall have day and night functionality.
9. The system shall calculate ballistic solution offsets incorporating range, wind, and environmental values.
10. The system shall provide alpha numeric wind speed outputs onboard the system via display or conveyed by electronic devises (i.e. laptop, smartphone).
11. The system shall provide near real time (20 secs) wind measurement between firing point and downrange target.


VENDOR QUESTIONNAIRE
The purpose of this questionnaire is to obtain information from industry to assist in 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, phone number and email address
4. Commercial and Government Entity (CAGE) Code
5. Major partners or Suppliers
6. The North American Industry Classification System (NAICS) code. Identify if the business is considered a small or large business, based on the NAICS Code.
7. Identify whether the fire control system is considered developmental or non-developmental
8. Provide specifications and descriptions of the fire control system
9. Calibration plot (system vs anemometers) of the system if available
10. Availability date of the fire control system
11. Costing for the fire control system
12. Please provide any additional comments


SUBMISSION DETAILS:


The applicable NAICS code for this requirement is 332994 with a Small Business Size Standard of 1,000 employees. The Product Service Code is 3690. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.


Firms/companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and a rough indication of pricing. Any pricing data should be sent, if available, and at no cost to the U.S. Government. This RFI is for informational purposes only please do NOT send any hardware.


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 U.S. Government. This RFI intent is to ensure US Army ARDEC is up to date on the state of the industry and does NOT represent an intent for a solicitation.



If a company has an existing, or planned, commercially available or non-developmental item that meets these requirements, please provide brochures or other information relative to the performance, maintenance, and physical characteristics (e.g., size, weight, etc.) of the product.

Respondents are advised that the U.S. 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 RFP or other solicitation (if any are issued).

This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. Respondents will not be notified of the results of this survey or results of information submitted. All information submitted will be held in a confidential status. Information provided will not be returned. TELEPHONE INQUIRIES/SUBMISSIONS WILL NOT BE ACCEPTED. The Government will accept questions via email ONLY.



All submissions are due NLT 4:00 p.m. Eastern Standard Time February 15, 2019, via electronic mail to both Points of Contact (POCs) for this action: Antonius Gill, Contract Specialist, email: antonius.gill.civ@mail.mil; and David S. Gordon, Contracting Officer, email: david.s.gordon26.civ@mail.mil. Submissions shall be in either Microsoft Word or Portable Document Format (PDF). Please reference this synopsis number in subject line of e-mail and on all enclosed documents. DO NOT SUBMIT CLASSIFIED MATERIAL.


 


 


Antonius Gill, Contract Specialist, Phone 9737242683, Email antonius.gill.civ@mail.mil - David S. Gordon, Contracting Officer, Phone 973-724-6093, Email david.s.gordon26.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP