Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOURCES SOUGHT

20 -- LCAC Control and Alarms Computer

Notice Date
8/26/2013
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B32, 110 Vernon Ave, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-13-SN-Q09
 
Archive Date
9/25/2013
 
Point of Contact
Tim E. Reed, Phone: 8502307274
 
E-Mail Address
tim.e.reed1@navy.mil
(tim.e.reed1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center- Panama City Division (NSWC PCD) is hereby conducting a market survey of all potential sources for a commercial off-the-shelf (COTS) rugged real-time embedded computer system for the craft control and alarm functions for a system upgrade effort that addresses obsolescence issues on the Landing Craft Air Cushion (LCAC). In addition to extending the system supportability, a primary goal is to utilize new technology to reduce size, weight, and cost, while also improving performance and reliability. The purpose of this market survey is to determine whether industry has suitable products on hand or available with minimum developmental effort and time. This market survey does not bind the Government to offer contracts to responding companies. The preliminary key parameters for the proposed system are, but are not limited to, to the following: Computer Resources: 1) Operating System (OS) support: Wind River VxWorks 6.5, or later 2) Processor: a) Architecture: PowerPC b) Clock Frequency: 400 MHz (threshold-minimum) 3) RAM: 512 MB (threshold-minimum) 4) Solid State Storage: 128 MB (threshold-minimum) External Interfaces: 5) Ethernet Network Interfaces: a) Quantity: Two (threshold-minimum) b) Connection Support: i) 100 Base-TX (threshold);1000 Base-T (goal) c) RS232 COM Port i) Quantity: One (goal) Electrical: 6) Input Power Voltage Range: 18-32 VDC (28 VDC nominal) 7) Protection: a) Over-current protection (goal) 8) Maximum Power Consumption: 75 Watts (threshold), ≤ 25 Watts (goal) Physical: 9) Cooling: conduction cooling with no external forced-air required 10) Corrosion Resistance: All connectors, fasteners, and the chassis material inherently corrosion resistant or treated (for example, anodized, chemical-filmed, or coated) to resist corrosion 11) Power-on Indicator: external indicator that indicates the unit is powered ON 12) Dimensions: a) Width: 12 inch (threshold-maximum) b) Height: 5.75 inch (threshold-maximum) c) Depth: 12 inch (threshold-maximum) 13) Weight: 20 pounds (threshold-maximum) 14) Connectors: MIL-STD grade, threaded or bayonet style, circular connectors for external interfaces. No special pinout mappings required. Connector(s) not limited to single interface. 15) Grounding/Bonding: provisions for grounding the chassis to the installation rack Environment: NOTE: The Government will perform qualification testing of the unit to the below tests. 16) MIL-STD-461F Electromagnetic Interference (EMI), Navy surface ship applications: a) CE101 b) CE102 c) CS101 d) CS106 e) CS114 f) CS116 g) RE101 h) RE102 i) RS101 j) RS103 17) MIL-STD-810F tailored environmental specifications a) Low Temperature: minus 25°C, operational b) High Temperature: plus 55°C, operational c) Humidity: 95%, non-condensing, operational d) Vibration: 10 to 2000 Hz, operational e) Shock: 25 Gs, operational Responses to this Request for Information shall include the following information: 1) Responses for each key parameter listed in this document, i.e. how the proposed solution meets each parameter listed in this document. 2) Relevant documentation (data sheets, user manuals, test reports, etc.). 3) Available reliability data with associated product application conditions and measuring methods. Data may include reliability, failure rate, and mean time between failures, among others. 4) Description of any onboard diagnostic and/or fault identification/isolation capability. 5) Anticipated life-cycle of the proposed solution(s). Define how long active production is planned with follow on support years for existing customers. 6) Technology maturity or technology readiness level (TRL) as defined by the Defense Acquisition Guidebook (DAG), and use in DoD programs. 7) Lead-time for delivering first unit and standard lead-times thereafter. 8) Brief summary of vendor's quality and engineering processes or certifications, i.e. ISO, CMMI, Six Sigma, etc. 9) Off-the-shelf estimated unit cost or a development cost rough order of magnitude (ROM) is requested where an off-the-shelf estimate is not available for the criteria listed above. NSWC PCD requests your responses by 5:00 pm (CST) on 10 September 2013. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWC PCD strategic planning. Questions can be submitted via e-mail to the Technical Point of Contact: clark.stevens@navy.mil. Questions submitted via e-mail should identify the sources sought number N61331-13-SN-Q09 and title. Responses to this market survey should be e-mailed to ivan.lugo@navy.mil or mailed to 110 Vernon Avenue, Panama City Beach, FL 32407 Attention Ivan Lugo and labeled with the sources sought number N61331-13-SN-Q09 and title. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or site visit as deemed necessary. This is a Sources Sought market survey for written information only. This is not a solicitation announcement for proposals, and no contract will be awarded from this announcement. All information shall be provided free of charge to the Government. At no cost to the government, responding vendors may continue technical dialogue for this market survey with the Technical Point of Contact after the initial response is provided. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). NAICS Code 334111 applies. Small Business Size Standard is 1,000 employees. FSC 2090.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6884087fb805dfc85fa7b4d354977a11)
 
Record
SN03163003-W 20130828/130826235945-6884087fb805dfc85fa7b4d354977a11 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.