Skip to main content

An official website of the United States government

You have 2 new alerts

M110 Semi Automatic Sniper System (SASS)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jun 03, 2024 03:58 pm EDT
  • Original Response Date: Jun 26, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1005 - GUNS, THROUGH 30MM
  • NAICS Code:
    • 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing
  • Place of Performance:

Description

The U.S. Army, Army Contracting Command Picatinny, on behalf of the Project Manager Soldier Lethality (PM SL), located at Picatinny Arsenal, NJ is conducting a request for information to identify potential sources capable of providing the M110 Semi-Automatic Sniper System (M110 SASS), M110A2, M110K3, and 6.5 Creedmoor upper receivers as well as related accessories, upper receiver conversions and spare parts. 

The M110 series weapon is a semi-automatic, shoulder-fired, man-portable weapon, capable of delivering precision and rapid fire on personnel targets at ranges out to 800 meters.  The M110, produced in accordance with MIL-PRF-32316, is equipped with the MIL-STD 1913 rail system; back-up iron sights (BUIS); an adjustable butt stock; a bipod; four 10 round magazines; four 20 round magazines; a rifle sling; a Leupold 3.6-18x variable power day optic scope; and a sound suppressor. The M110A2/M110K3 are modernized but fully compatible commercial variants of the M110 with upgraded scope, accessories and improved performance.  Upper receiver kits will include 14.5” and 22” barrels chambered for 6.5mm Creedmoor.
  
Vendor Questionnaire: 
  
Part 1 - All Vendors: 
  
Identify your intended solution to meet the requirements of the M110, M110A2, M110K3 rifles, and 6.5 Creedmoor upper receivers. 
  
•         If your product does not provide a fully qualified and immediate solution for the M110, M110A2, M110K3, and 6.5 Creedmoor upper receivers, identify lead-time on developing solutions to include system qualification. 
•         Please provide estimated pricing per unit of the M110, M110A2 and M110K3 as well as lead time from contract award until production deliveries. (Estimated contract length is 5 years, with a total quantity of approximately 2,000 systems) 
•         Please provide a description of manufacturing capability 
  
Part 2 – New/Unqualified Vendors only need to submit the following: 
  
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 
  
3. Company point of contact and phone number 
  
4. Major partners or Suppliers 
  
5. The North American Industry Classification System (NAICS) code. Is your business considered a small business based on your NAICS Code? 
  
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 government. 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. Identify manufacturing, managing and engineering experience of like items of equal or greater complexity. 
  
9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 
  
10. Identify lead-time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. 
  
11. Please provide rough indication of pricing and any pricing data. 
 
12. Provide a detailed summary of test results validating full compliance with the requirements of the MIL-PRF-32316 for both the M110 and M110A2. Be sure to include complete interchangeability results with statistically significant sampling with the existing M110 and M110A2 Knight’s Armament Company manufactured configurations for Foreign Military Sales.  

13. Provide a detailed description of your ability to comply with Item Unique Identification (IUID) machine-readable information (MRI) requirements as described in MIL-STD-130, Identification Marking of U.S. Military Property and Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.211-7003. Provide any available data related to testing performed to ensure compliance with MIL-STD-130 specifically as it relates to permanency and legibility. Direct identification marking of the serialized receiver (e.g., by laser) capable of withstanding the intended life cycle should be addressed. If another method is described, that description should include an explanation of the method’s relative merits and why it is the equivalent or superior.
 
14. Please provide any additional comments. 
  
  
Response 
  
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. Any pricing data should be sent, if available, and at NO COST to the US Government. 
  
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. 
  
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 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). 
  
Interested companies are requested to submit a capabilities statement of 2-8 pages via e-mail by 26 June 2024, @4:00 pm EDT.  The Point of Contact is Jon M. Glassic via email only @ jon.m.glassic.civ@army.mil. Interested firms should also provide their address, point-of-contact with telephone number and e-mail address, and size of business (small/large).  This is a market survey for information only and shall not be construed as a request for a proposal or as an obligation on the part of the US Government.  The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited.  The Government is not obligated to notify respondents of the results of this survey.  No phone calls will be accepted, all requests need to be submitted via email. 
  
THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. 

Contact Information

Contracting Office Address

  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jul 11, 2024 11:55 pm EDTSources Sought (Original)