Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2016 FBO #5165
SPECIAL NOTICE

99 -- Embedded Computer

Notice Date
1/12/2016
 
Notice Type
Special Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236_SNOTE_000C7A52
 
Archive Date
1/27/2016
 
E-Mail Address
Contract Specialist
(jackie.luna@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Document Type: Special Notice Solicitation Number: DON-SNOTE-xxxxxx-xxx Title: RFI Embedded Computer Solutions Posted Date: 12 JAN 2016 Archive Date: 27 JAN 2016 Responsible Command: N65236 NAICS Code: N/A Contracting Office Address P.O. Box 190022, North Charleston SC 29419-9022 Description Request for Information (RFI) - Embedded Computer Solutions DUE: 27 JAN 2016 The Space and Naval Warfare Systems Center Atlantic (SSC-LANT) is seeking information about commercial off-the-shelf (COTS), low size, weight, and power (SWaP) embedded computer solutions that are at technical readiness level (TRL) 8 or higher. Solutions acceptable for consideration include single board computers or modular assemblies of carrier board/processor/daughter boards. The solution must be standalone and not require a backplane/chassis for data and power transportation. The purpose of this RFI is to identify an appropriate embedded computer solution to integrate into a tactical system. The solution will be embedded within an environmental enclosure, but still must meet minimum temperature, shock, and vibration requirements. The total package must meet or exceed tactical, environmental conditions described below. The embedded computer solution must be constrained within 160 cubic inches, with no one dimension exceeding 8 inches, and weigh less than 2 pounds. Power for the embedded computer solution should not exceed 60W. SSC-LANT is only interested in information on hardware currently available. Vendor must be able to demonstrate that the systems operational capability includes as many of the listed requirements as possible. Partial satisfaction of requirements will be considered if a solution to meet the entire requirement is proposed. All information received will be treated as public knowledge and may be used in SSC-LANT documentation; therefore, vendors should not submit proprietary information in response to this RFI. Responses must include: 1. Proposed solution and part number(s). 2. Current TRL level. 3. Availability. 4. Cost. 5. Lead Time. 6. Availability of demonstration unit until production unit is available. 7. Current environmental and EMI/EMC specifications. Please reference any MIL-STD-810G or MIL-STD-461E testing completed. 8. Size, Weight, and Power specifications. Requirements for Embedded Computer: 1. Technical readiness level (TRL) 8 or higher. 2. Size: Not to exceed 160 cubic with no one dimension exceeding 8 inches. 3. Weight: Not to exceed 2 lbs. 4. Power: Not to exceed 60 W. Embedded computer shall operate on an input voltage level range of 10-36 VDC (12 VDC nominal). 5. Heat Dissipation: Supports conductive cooling. Embedded computer will be mounted within an airtight enclosure. 6. Overall embedded computer must be standalone, not requiring a backplane or chassis to operate. 7. Processor: Multi-core, low TDP, high frequency, and high cache memory. Performance and TDP to match or exceed Intel Core i7 3612QE. a. 2.1 GHz frequency, or higher. b. 4 or more Cores c. At least 6 MB cache memory. d. TDP less than 45 W. e. Supports at least 16 GB memory. f. Supports SATA III (6 Gbps) storage. g. Supports Jumbo Frames for both 10/100/1000 Mbps Ethernet and for 10 Gbps Ethernet. 8. Interfaces, Connections, and Controls a. Connectors shall be non-proprietary and positive locking. b. Eight USB, at least two of which are USB 3.0, connections. c. Two 10/100/1000 Mb Ethernet connection. d. Two 10 Gb Ethernet connections. Prefer Universal SFP+ Cage for 10BASE-CR, but fiber optic transceivers are acceptable. e. Four full size mini-PCIe slots. f. One SATA III (6 Gbps) connection. g. One VGA connection, preferred. Alternative or additional graphics inputs are acceptable. 9. Operating system shall support Linux, CENTOS 6.5 and higher. 10. Security: Provide a Letter of Volatility to document any internal, writable, non-removable memory. 11. Environmental: a. Operating temperature: MIL-STD-810G (w/Change 1) Method 501.6 and Method 502.6, -20 to 60 degrees C b. Storage temperature: MIL-STD-810G (w/Change 1) Method 501.6 and Method 502.6, -40 to 70 degrees C c. Operational shock: i. Single Slam: 5g half sine pulses, 15-23 ms Shock test will consists of 3 positive pulses in each axis of the test item. ii. Repeated Slam: 1.5g half sine pulses, 15-23 ms Shock test will consist of 500 positive pulses in each axis of the test item. d. Storage shock: Single Slam: 10g half sine pulses, 15-23 ms Shock test will consists of 3 positive pulses in each axis of the test item. e. Operational vibration: MIL-STD-810G (w/Change 1) Method 514.7 Procedure I Category 4, Figure 514.7C-4, Composite Wheeled Vehicle - 40-minute random vibration exposure per axis of the test item. Submittals Respondents are required to submit complete product information that demonstrates the specifications identified above. This same announcement is located on SSC LANT'S e-commerce web site: https://e-commerce.sscno.nmci.navy.mil. If you encounter issues regarding access to the website, please contact the webmaster. The technical point of contact is Jeffrey Lumb at jeffrey.lumb@navy.mil. If contacted ensure Embedded Computer RFI is in the subject line. This RFI is for information gathering and planning purposes only, and should not be construed as a Request for Proposal (RFP) or solicitation of an offer. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. Submission of vendor information constitutes consent to publication of that information in SSC-LANT documentation. E-mail your non-technical contract related questions to the Contracting Officer at jackie.luna@navy.mil. Submissions are to be e-mailed to the technical point of contact at jeffrey.lumb@navy.mil and are due by noon (EDT) on 27 Jan 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6754ee2d846e60d711b25a9e0a8e55f)
 
Record
SN03989288-W 20160114/160112234750-c6754ee2d846e60d711b25a9e0a8e55f (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.