NA The Tank-automotive and Armaments Command â Rock Island (TACOM-RI), Rock Island, IL, is seeking to identify potential sources to supply M30 Boresighting Equipment. This is not a presolicitation notice. This is a Sources Sought-Market Survey Announcement and no immediate procurement, Invitation for Bid, or Request for Proposals is anticipated until Market Research has been completed. Another synopsis will be issued prior to the release of any solicitation. It is contemplated that this requirement will be satisfied using small business set-aside procedures. The Government intends to award a long-term contract for the M30 Boresighting Equipment. The M30 Boresighting Equipment consists of an optical collimator and reticle; method of attachment to the weap on system to be boresighted; all tools and components required for installation and use; commercial literature (operator and maintenance manual) and a protective carrying case. The M30 Boresighting Equipment will impart zero settings from a zeroed weapon onto other weapons of the same type. The boresighting equipment shall be capable of boresighting 5.56, 7.62 and .50 caliber weapons. The Government intends to satisfy its needs through the use of a Purchase Description. It is anticipated that potential offers will be evaluated using source selection procedures outlined in the Federal Acquisition Regulation along with trade-off analysis and evaluation factors as detailed in the solicitation. Any award will be made on an all-or-nothing basis. Interested parties are encouraged to submit samples, literature, sketches, or a capability statement describing your companyâs previous experience with the manufacture of small arms, optics, spares and repair parts along with economical quantity and delivery informa tion. Interested parties shall notify the Government if you are considered a small business. Responses shall be sent to TACOM-RI, AMSTA-LC-CSCC/ATTN: Ms. Ellen Bartz, Bldg 110, Rock Island, IL 61299-7630, email address:
[email protected] or fax (309) 782-3813. All responses must be in writing and received by (one month). Responses shall contain Company Name, Address, point of contact, CAGE code, phone number, FAX number, size of business, statement of Domestic or Foreign Ownership, along with info rmation (samples, literature, etc.) requested previously in this synopsis. If foreign-owned, please indicate country of ownership. All information provided shall be treated as proprietary data. This synopsis is for information and planning purposes only and does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice.
Bid Protests Not Available