Federal Bid

Last Updated on 20 May 2015 at 8 AM
Sources Sought
Picatinny arsenal New jersey

10--Sources Sought Notice for a Day Optical Sight (DOS) for a Precision Sniper Rifle (PSR)

Solicitation ID W15QKN15X8119
Posted Date 18 Mar 2015 at 6 PM
Archive Date 20 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Picatinny arsenal New jersey United states 07806
Sources Sought for a Day Optical Sight (DOS) for a Precision Sniper Rifle (PSR)

The U.S. Army, Army Contracting Command-New Jersey (ACC-NJ), on behalf of the Project Manager Soldier Weapons (PM SW), located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources/vendors capable of manufacturing a Non-Developmental-Item (NDI) or a Commercial-Off-The-Shelf (COTS) Day Optical Sight (DOS) System for the Army's future multi-caliber (7.62 x 51 NATO, .300WM (Winchester Magnum) and .338LM (Lapua Magnum)) Precision Sniper Rifle (PSR) to meet the following criteria:

Performance Parameters:

Note: minimally required quote mark threshold quote mark features are denoted by (T) while quote mark objective quote mark properties are denoted by (O).

Length: No greater than 16.5 inches (T), 15 inches (O).

Weight: No more than 2.5 lbs (T), 2.0 lbs (O).

Magnification:
a. Continuously variable magnification (T)
b. The lowest power setting shall be between 3 and 5 power (T)
c. The highest power setting shall be between 20 and 40 power (T)

Ballistic Adjustment:
a. Adjustment for elevation and windage shall be knobs that have clearly marked graduations and tactile clicks with an increment, in target space, of 0.1 milliradians (T).
b. Elevation knob shall include a lock mechanism that secures elevation position (T).
c. Windage knob shall include a lock mechanism that secures windage position or cap that precludes windage adjustment when installed (T).

Adjustment Range:
a. The DOS shall provide no less than 20 milliradians (T), 35 milliradians (O) in elevation within 2 turns of the elevation knob. Turns shall be referenced after a 100m zero is set.
b. The DOS shall provide no less than 12 milliradians (T), 17.5 milliradians (O) in windage within one turn.
c. The DOS shall have an adjustable zero stop on the elevation knob (T).

Adjustment Accuracy: The DOS shall have a 2% (T), 1% (O) adjustment accuracy across the full travel of windage and elevation adjustments.

Anti-Cant: The DOS shall incorporate an quote mark anti-cant quote mark capability (T).

Mounting Rings:
a. The DOS shall be equipped with a mounting system (e.g. rings and/or base interface) compatible with the MIL-STD-1913 Rail (T).
b. The DOS mounting system shall be easily mounted/dismounted and remounted by the operator by hand and or with the tools common to the snipers' deployment kit (T).
c. The DOS while secured in the scope mount and zeroed, shall be capable of being repeatedly removed from a MIL-STD-1913 rail and reattached with a constant return to zero within 0.145 milliradians (T), or without loss of zero (O).

Reticle: The reticle shall maintain a constant aspect ratio throughout magnification range (first/front focal plane) (T). The DOS shall provide milliradian targeting stadia to facilitate the use of operator quote mark holds quote mark for simultaneous bullet drop and windage correction without turret adjustments (T).

Parallax adjustment: The DOS shall provide a side mounted parallax adjustment knob (T).

Lens Covers: The DOS shall provide detachable lens covers for the objective and eyepiece (T).

Surfaces: External surfaces (except for light transmitting elements) shall be finished in a flat neutral color, such as FED-STD-595C #30118 that is non-reflective and corrosion resistant (T). All the exposed optics shall have corrosion and scratch resistant coatings, which permit operation in salt sprays and blowing sand and reduce operator eye fatigue during extended viewing. All markings, coatings, finishes, and exposed O-rings shall be resistant to paints solvents, nuclear biological and chemical (NBC) contaminants.

Zero Retention: The DOS while mounted to a .338 sniper weapon system or equivalent simulation device, shall have a maximum change in aim point of no greater than 0.145 milliradian after shock (T).

Environmental Requirements: The DOS shall survive in operational military environments in accordance with MIL-STD-810G

Operational Temperature: The DOS shall remain operational, with no evidence of damage or performance degradation while being exposed to the following temperatures.
a. -40 C to 49 C (T)

Storage Temperature: The DOS shall remain operational, with no evidence of damage or performance degradation after being exposed to the following temperature.
a. -51 C to 71 C (T)

Water tightness: The DOS shall show no evidence of leakage when submerged in water to a minimum depth of 1 meter for a one hour period. No moisture of fogging shall be observed (T).

Sealing: All internal optical areas of the DOS shall be purged with dry nitrogen. The sight unit shall be sealed such that the interior is moisture-free after purging. The sight shall remain sealed when subject to a maximum pressure of negative (-) 5.4 pounds per square inch gage for eight hours (T).
The unit must be a Non-Developmental-Item (NDI) or a Commercial-Off-The-Shelf (COTS) item. The DOS shall be ready to use without modification to the sniper weapon configuration, and shall not degrade the weapons' performance. Information for products that require minimal modification may also be provided.

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 (to include CAGE Code & DUNS Number)

2. Company Address (to include company website)

3. Company point of contact and phone number

4. The North American Industry Classification System (NAICS) code. Is your business considered a small business based on your NAICS Code?

5. Business Size (Small/Large & Number of Employees)

6. Commerciality: (Please mark below as applicable)
( ) Our product as described above, has been sold, leased or licensed to the general public. ( ) Our product as described above has been sold in substantial quantities, on a competitive basis to multiple state and local government. The development of the product was done exclusively at private expense. ( ) 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 manufacturing, managing and engineering experience of like items of equal or greater complexity.

10. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required).

11. Identify your lead-time, including supplier/design qualification efforts and production ramp up time, to meet your full capability for production and sustainment. Also identify your full capacity monthly production rate.

12. Please provide rough indication of pricing and any pricing data.

13. Please provide any additional comments.

Response Instructions

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 rough indication of pricing. Note: any pricing data should be sent, if available, at NO COST to the US Government.

U.S. Army, PM SW, Picatinny Arsenal, NJ is interested in obtaining a sample of a commercially available DOS. This sample should satisfy the performance parameters identified in this market survey. Please send samples to:

US Army
Project Manager Soldier Weapons
SFAE-SDR-CSW, Bldg 151
Attn: Regina M. Stonitsch
Picatinny Arsenal, NJ 07806-5000

Samples will be returned to vendors in an quote mark as evaluated quote mark condition. Please provide a complete return to address. Samples shall be returned within 180 days from receipt.

This Sources Sought is a Request for Information (RFI) ONLY and shall NOT be construed as a Request for Proposal (RFP) 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. Furthermore, the respondents will not be notified of the results of this survey or results of information/samples submitted.

Responders are advised that the U.S. Government will not pay for any information, sample hardware or administrative costs incurred in the response to this sources sought notice. All costs associated with responding to this sources sought notice will be solely at the interested party's expense. Not responding to this notice does not preclude participation in any future RFP or any other solicitation (if any are issued).

Interested companies are also requested to submit a capabilities/qualification data of no more than 5 pages coupled with the above quote mark Vendor Questionnaire quote mark , in hard copy or via e-mail within 30 days from issuance of this FedBizOps notice to:

US Army Contracting Command - New Jersey
ATTN: Jerry Ilaria ACC-NJ-SW
Building 9, Phipps Road
Picatinny Arsenal, NJ 07806
Email: [email protected]

The Point of Contact (POC) for this Sources Sought is Jerry Ilaria at [email protected] or Therese Grimm at [email protected] .

Telephone responses and inquiries will not be accepted. The Government will only accept written questions by email to the POCs listed above.
Bid Protests Not Available

Similar Past Bids

Location Unknown 11 Feb 2010 at 5 PM
Location Unknown 03 Jun 2011 at 11 AM
Location Unknown 24 Feb 2014 at 8 PM
Albuquerque New mexico 15 Nov 2013 at 8 PM
Location Unknown 14 Jul 2009 at 5 PM

Similar Opportunities

Hampton Virginia 10 Jul 2025 at 12 PM
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Location Unknown 01 Aug 2025 at 4 AM (estimated)