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 Multi-Role Adaptive Rifle (MRAD), MK22 Precision Sniper Rifle (PSR) as well as related accessories, training, support equipment, and spare parts.
The MRAD/MK22 PSR is a bolt-action, multi-caliber, shoulder-fired, man-portable weapon, capable of delivering precision and rapid fire on personnel and anti-materiel targets at ranges out to 1500 meters. The MK22 must meet the Qualification Requirements as outlined in the US Army MK22 Purchase Description (PD), “Purchase Description for MK22 Precision Sniper Rifle (PSR)”, dated 10 March 2021.
In responding to this Market Survey respondents should provide the following information:
- A detailed description of your capability to deliver MRAD/MK22 PSR series systems, systems, accessories, and support equipment listed above.
- A detailed description of the training courses to support training requirements within the continental US as well as outside the continental US.
Details should include technical descriptions, list of components, available warranties, pricing data if available.
Vendor Questionnaire:
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 states 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 there is 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 support 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 US Army PD for the MK22 PSR. Be sure to include complete interchangeability results with statistically significant sampling with the existing MRAD/MK22 configurations.
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 May 30, 2025, @5:30 pm EDT. The Point of Contact is Melissa Jimenez Tenesaca via email only: melissa.s.jimenez-tenesaca.civ@army.mil and Sergio F Moraga at sergio.f.moraga.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 based on this market survey or otherwise pay for information requested. 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 SOLICITATION.