- Directional Acoustic Hailing Device:
o > 300m effective range.
o < 25 lbs.
o < 150W power consumption.
- Grenade launcher for flash-bang munitions
o > 100m effective range, > 500m desired.
o Fire individual grenades with different munition types to include non-lethal rounds.
o Able to carry at least 4 grenades.
o Grenade inventory detection.
o Fix mounted or elevation controlled.
o Fixed pyrotechnic burst delay or electronic programmable fuzes
o Logic level inhibits and/or RS422 communication for interfacing with CROWS Fire Control.
o < 30 lbs.
- Laser dazzler
o Effective range for temporary blindness or disorientation: > 200m (day); >1000m (night).
o Remotely adjustable beam diameter.
o Specifications with regard to eye-safe classification.
o RS422 or RS232 or switch inputs for remote operation.
o Size limitation: < 3" x 2" x 10".
- High power spotlight
o Range: > 1000m.
o Adjustable beam intensity.
o Adjustable from high/low power modes and capable of spotlight, floodlight, and strobe modes.
o Specifications with regard to power output in peak power (max. power output) mode and low power mode.
o RS422 or RS232 or switch inputs for remote operation.
o < 10 lbs.
Potential sources are requested to submit, at a minimum, the following information. Responses should be limited to no more than 20 pages. Information papers can be submitted in a white paper format.
Technology Description: Provide the description of the technology areas described above that the vendor's system meets along with the electrical and mechanical interface requirements.
Characteristics: Provide information pertaining to each of the specification areas noted under that particular technology, along with any enhanced technology that may be beneficial to meeting a EOF non-lethal solution.
Technology Readiness and Delivery Schedule: Describe the Technology Readiness Level of the proposed system, to include safety qualification, test data, and procurement schedule.
Cost: Provide system unit cost to include any necessary cables or ancillary equipment.
Risks: Describe any program risks associated with meeting described requirements and delivery schedule.
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 / Country Represented / Website
3. Company point of contact and phone number
4. Business Size (Small/Large & Number of Employees) / CAGE Code / DUNS Number.
5. The North American Industry Classification System (NAICS) codes for this effort is 332994, with small business size standard of 1,000 employees. Based on this information is your business considered a small business?
6. 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 multiple state and local governments. The development of the product was done exclusively at private expense
c. ( ) 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 existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required).
10. Provide minimum and maximum monthly production rates of past production of same or similar items.
11. Please provide any additional comments
All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, within 35 calendar days to:
US Army Contracting Command - New Jersey
ATTN: James D. Marks - ACC-NJ-SW
Building 9, Phipps Road
Picatinny Arsenal, NJ 07806-5000
Email: [email protected]
The point of contact is James D. Marks at [email protected] or Timothy R. Batko at [email protected]. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email to [email protected] or [email protected].
This is a sources sought notice only and should not be construed as a Request for Proposal 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. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of this survey or results of information submitted. Any information provided will not be returned.