USSOCOM Seeks Advanced Sniper Rifle (ASR)

Solicitation Number: H92222-17-RFI-ASR
Agency: Other Defense Agencies
Office: U.S. Special Operations Command
Location: Headquarters Procurement Division
:
H92222-17-RFI-ASR
:
Sources Sought
:
Added: Apr 06, 2017 3:17 pm

The USSOCOM contracting office on behalf of PM A&W is seeking sources within the national technology and industrial base for the following commercial system.

  • complete system to include all 3 caliber conversion kits
  • any tools needed to complete the conversion
  • a light/sound suppressor that can be attached to the system when needed

ASR System specifics: The system must be adaptable to fire the 7.62mm NATO, .300 Norma Magnum, and .338 Norma Magnum cartridges. The system must have total system weight, less suppressor and with unloaded magazine, not to exceed 17lbs (T), 13lbs (O). Length with stock extended, less suppressor, not to exceed 50″(T), 40″(O), length for transport, by means of folding or collapsing shall be 40″ (T), 36″ (O). Accuracy shall be:

Configuration Precision

  •  7.62 mm 1.0 MOA (ES) at 328 yards (300 meters) (T) 0.5 MOA at 328 yards (300 meters) (O)
  • .300 NM 1.0 MOA (ES) at 328 yards (300 meters) (T) 0.5 MOA at 328 yards (300 meters) (O)
  • .338 NM 2.5 MOA (ES) at 328 yards (300 meters) (T) 1.5 MOA at 328 yards (300 meters) (O)

This announcement constitutes a Sources Sought. It is not a solicitation or request for proposal, but an effort to obtain information for planning purposes only. The U.S. Government is performing Market Research to identify responsible sources within the national technology and industrial base who have the skills, experience, and knowledge required to successfully produce ASR System. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research, but may result in an invitation to an open discussion with the U.S. Government.

This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice.
Any subsequent information relating to this notification will be electronically posted to www.fbo.gov. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded.
Respondents to this Sources Sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review.
Company name, corporate point of contact, phone number, email address, website, business size (and any socio-economic considerations such as 8a, Service Disabled Veterans-Owned, HubZones, and Women-Owned small business), NAICS code, Cage Code, brief synopsis of company’s technical capability and capacity to manufacture the item(s), past production experience (if any), description of facilities and personnel, expected delivery schedule for each item (in days after award), maximum monthly production quantities, minimum order quantity required, lead times that may impact delivery, rough price estimate for the kit, information on how the company will meet safety / hazardous material handling requirements. State whether the company will be the actual manufacturer of the items or if it will subcontract all or a portion of the requirement; if the company is not the actual manufacturer, indicate what percentage in dollars (not including Materials) and/or what production operations it will subcontract, describing any anticipated teaming arrangements. Indicate what percentage would be assembled or produced in the U.S. for each item. Describe existing or planned licensing agreements with current producers, including the name of the licensing agency.  Please state the extent of federal government experience including specific contract numbers dates of award, agencies and points of contact.
Interested sources should submit the requested information no later than close of business 24 April 2017 via email to Ms. Indira R. Phillips, indira.phillips@socom.mil. Submissions are restricted to a maximum file size of 5MB and required to be in the English language and be prepared in Microsoft® Word or Adobe® PDF format. Telephone responses will not be accepted. Any questions must be submitted via email to the point of contact above.

 

:
7701 Tampa Point Blvd
MacDill AFB, Florida 33621-5323
United States
:
Indira R. Phillips
Phone: 8138260320