Lightweight Machine Gun-Assault (LMG-A) Call for White Papers
ID: H9240325R00XX21Feb25LMG-AType: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMTAMPA, FL, 33621-5323, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

GUNS, THROUGH 30MM (1005)
Timeline
    Description

    The U.S. Special Operations Command (USSOCOM) is soliciting white papers for the Lightweight Machine Gun-Assault (LMG-A) project, aimed at enhancing small arms capabilities. Interested vendors must obtain the LMG-A Performance Specification document, dated February 21, 2025, from the Agreements Officer to understand the performance standards required for their submissions. This procurement is critical for advancing military operational effectiveness, particularly in special operations contexts. For further inquiries, potential offerors can contact David Tenenbaum at david.tenenbaum1@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil, with submissions adhering to the outlined requirements and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file pertains to a request for proposals (RFP) and specifies that interested performers must obtain a copy of Attachment 1 - LMG-A Performance Specification, dated February 21, 2025, from the Agreements Officer. The requirement implies that potential vendors or service providers will need to review this attachment to understand the performance standards and specifications necessary for their submissions. The inclusion of the specific date indicates that the document is a draft, suggesting it may be subject to further revisions. This process indicates a structured approach to procurement, where clarity and adherence to established specifications are essential for interested parties to effectively submit their proposals in accordance with federal guidelines and standards. The document underscores the importance of communication with the Agreements Officer to facilitate access to relevant information.
    The document outlines the assessment procedures for the International Special Operations Forces (ISOF) 2025 Vendor Shoot event at the Nevada Test and Training Range (NTTR). It specifies the protocols for measuring and weighing lightweight machine guns as part of the evaluation process, detailing configurations, measurement consistency, and recording methods. It emphasizes the importance of conducting function fire assessments in specific sequences to evaluate weapon performance, documenting any malfunctions or anomalies during tests. A verification matrix outlines the requirements and execution plans, specifying quantities and methods for function firing exercises, including both single shot and burst fire. The document defines failure criteria for malfunctions that occur during the assessments, categorizing them into three classes based on severity and corrective action needed. Ultimately, the assessment aims to gather data on weapon functionality, reliability, and performance, providing a structured approach to vendor evaluations in a military context.
    The document outlines requirements for submitting a white paper as part of a federal Request for Proposals (RFP). It specifies the essential information to include, such as company details, product overview, technology specifications, and management practices. The white paper must be a maximum of 10 pages, formatted in Times New Roman, 12-point font, with defined margins and page numbering. It should consist of several key sections: an Executive Summary detailing the technology; Technology Concept outlining its unique features; Company Viability assessing the company's strengths, financials, and market strategy; and a Rough Order of Magnitude (ROM) for estimating costs and project timelines. All submissions must adhere to technical and formatting requirements, ensuring clarity and readability while supporting data may be attached separately. The document is structured to guide vendors in presenting their innovative technologies in a manner that meets federal program needs, facilitating evaluation for potential funding or collaboration.
    The document outlines the required certifications and disclosures that offerors must complete when submitting proposals for federal contracts, particularly concerning the eligibility for Other Transaction Authority (OTA) awards under 10 U.S.C Section 4022(d)(1). Offerors must identify their business type as either a Nontraditional Defense Contractor (NDC) or Traditional Defense Contractor, with specific implications for compliance with cost accounting standards. Essential information required includes the offeror's name, classification under the North American Industry Classification System (NAICS), DUNS Number, CAGE Code, and a SAM registration status. The document necessitates a signature from an authorized individual, asserting that the provided information is accurate and confirms the individual’s authority to bind the offeror organization. It emphasizes the importance of proper documentation and compliance with legal stipulations for maintaining eligibility throughout the submission process, ultimately reflecting the rigor and accountability expected in government contracting environments. This form is critical for ensuring that potential contractors align with government standards and requirements during the proposal process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    Warrior Care Global Support Draft RFP
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
    Learning Management System (SOCOM/JSOU)
    Buyer not available
    The Department of Defense, specifically the Joint Special Operations University (JSOU) at MacDill Air Force Base, is seeking to acquire a cloud-based Learning Management System (LMS) to enhance its educational offerings. The LMS must meet specific Key Performance Parameters (KPP), including FedRamp and SCORM compliance, a minimum of 3TB storage, and features such as content management, student assessments, collaboration tools, and automated grading. This initiative is part of USSOCOM's commitment to modernizing educational technology to better serve its faculty and students, ensuring compliance and support crucial for operational effectiveness. Interested vendors can contact Ramon Jimenez at ramon.jimenez.7@us.af.mil or by phone at 813-828-4018 for further details.
    Gliding Offensive Lightweight Unmanned Munition (GOLUM) Assessment Event
    Buyer not available
    The Department of Defense is seeking proposals for the Gliding Offensive Lightweight Unmanned Munition (GOLUM) Assessment Event, aimed at advancing military capabilities through innovative unmanned munitions. This procurement focuses on research and development services that will contribute to the experimental development of lightweight unmanned munitions, which are critical for enhancing operational effectiveness in defense scenarios. The assessment will take place in Tampa, Florida, and interested parties can reach out to Ronald Reed at ronald.e.reed.civ@socom.mil or call 813-460-6045 for further details. Additionally, Juanita Bell is available as an Agreement Specialist at juanita.bell.ctr@socom.mil or 813-826-7570 for inquiries related to the opportunity.
    Sight Grenade Launcher
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking proposals for the procurement of the MK19 Sight Grenade Launcher under Solicitation W912CH-24-R-0161. This opportunity is set aside exclusively for small businesses and involves a firm-fixed-price contract for an estimated quantity of 1,792 units, with specific requirements for inspection, acceptance, and delivery timelines post-award. The procurement is critical for military operations, emphasizing the importance of maintaining high standards in defense equipment while promoting small business participation. Interested vendors must ensure they are registered in the DoD’s System for Award Management (SAM) and comply with export control regulations, with proposals due by March 4, 2025. For further inquiries, potential bidders can contact Richard Hall at richard.g.hall64.civ@army.mil or Steven Klemmer at steven.m.klemmer.civ@army.mil.
    Performance Enhancing Drug (PED) Testing
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for a contract focused on Performance Enhancing Drug (PED) testing, specifically targeting urinalysis for substances on the World Anti-Doping Agency (WADA) prohibited list. The selected laboratory must be WADA-accredited and capable of conducting up to 840 tests during the initial 12-month base period, with the possibility of two additional one-year extensions, while providing expedited results within 7 to 10 business days. This initiative is crucial for maintaining the integrity and performance standards of U.S. Army personnel, reflecting the Department of Defense's commitment to health and compliance in drug testing. Interested vendors should submit their capabilities and relevant information by March 3, 2025, to the primary contact, Noel PerezQuinones, at noel.perezquinones@socom.mil or by phone at 910-432-3781.
    Life Cycle Sustainment Database supporting Armory Management
    Buyer not available
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM) through the Naval Special Warfare Command (NSW), is seeking industry feedback for the development of a low-cost life cycle sustainment database to support armory management. This database aims to improve the management of combat systems at NSW armories by enhancing accountability and maintenance of serialized weapons and accessories, featuring open architecture for data exchange and compliance with Fiscal Improvement and Audit Readiness (FIAR) standards. The system will perform essential asset management tasks, including inventory tracking, maintenance recording, and report generation, while adhering to federal security protocols to protect sensitive data. Interested vendors are encouraged to submit their capabilities and solutions by the specified deadline, with responses directed to Jackson Gabriel at jackson.t.gabriel.civ@socom.mil or Meredith Howes at meredith.howes.2@socom.mil.
    AV2011 SATCOM Antennas
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is soliciting quotations for the procurement of AV2011 SATCOM antennas, specifically targeting small businesses under Solicitation Number H92276-25-Q-0005. The requirement includes six antennas that must meet specific technical specifications, including a frequency range of 240-318 MHz and a gain of +9.6 dBi at 244 MHz and +15 dBi at 318 MHz, to support operations at Camp Lemonnier in Djibouti. This procurement is crucial for enhancing communication capabilities in military operations, and vendors must ensure compliance with federal acquisition regulations and be registered in the System for Award Management (SAM). Interested parties should submit questions by February 21, 2025, and quotes by February 28, 2025, with evaluations based on technical acceptability and price using a lowest-priced technically acceptable (LPTA) approach. For further inquiries, contact Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    Cisco Desk Pro VTC
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals from small businesses for the procurement of two units of the Cisco Desk Pro Video Teleconferencing (VTC) system, model CS-DESKPRO-NR-K9++. This procurement is critical for enhancing communication capabilities at Camp Lemonnier in Djibouti, reflecting the government's commitment to utilizing advanced technology for operational efficiency. Interested vendors must submit their quotes by March 3, 2025, ensuring compliance with the specified technical requirements and federal regulations. For inquiries, vendors should contact TSgt Bryton Lawson at bryton.h.lawson.mil@socom.mil.
    Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.