SOURCES SOUGHT
59 -- NAWC WOLF Versa Module Eurocard Single Board Computer
- Notice Date
- 7/28/2020 9:50:37 AM
- Notice Type
- Sources Sought
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833520RFI0408
- Response Due
- 8/3/2020 8:00:00 AM
- Archive Date
- 08/18/2020
- Point of Contact
- Shara Ruth, Phone: 7323231096
- E-Mail Address
-
shara.ruth@navy.mil
(shara.ruth@navy.mil)
- Description
- REQUEST FOR INFORMATION � Package Name: Versa Module Eurocard Single Board Computer PSC Code: 5962 � Microcircuits, Electronic NAICS Code: 334418 � Loaded computer boards manufacturing This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center (NAWC), Webster Outlying Field (WOLF) Combat Integration and Identification Systems (CI&IDS) Division (TW12) has a requirement to provide a commercial solution that provides a Single Board Computer (SBC) that can be used in either the Processor-Controller CP-1732/UPX-24(V) or CP-1273A/UPX-24A of the AN/UPX-29(V) Interrogator System. This RFI is issued as part of a procurement strategy for the Versa Module Eurocard Single Board Computer.� This procurement includes: �Perform real-time target processing and interface management to the host combat system Utilize a PowerPC Processor, VME64X standard, Dual PCI Mezzanine Connectors (Dual PMC), Ethernet supporting at least 100BaseTX, RS232 Serial Interface, Real-Time Clock, and SCSI-1 and SCSI-2 interface Have the capability to Input/Output (I/O) map the Universe II outbound VME windows into Peripheral Component Interconnect (PCI) address space, to prevent deadlock conditions from occurring during software boot up Utilize a Board Support Package (BSP) compatible with the VxWorks version 5.5 operating system Have the ability to interface with the CP-1273/UPX-24 and CP-1273A/UPX-24A without modification to NAWCAD�s currently approved and baselined Processor-Controller software Be pin-for-pin compatible with both the motherboard used in the CP-1273/UPX-24 and CP-1273A/UPX-24A Maintain same form, fit, and function with all currently fielded ANUPX-29(V) Interrogator systems RESPONSES Requested Information Section 1 of the response shall provide administrative information and shall include the following as a minimum. Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum. Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count. If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the beta.SAM website: https://beta.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than 03 August 2020 to Ms. Shara Ruth at shara.ruth@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1ee55273026644a6ba55d638ebb5d0f5/view)
- Record
- SN05736826-F 20200730/200728230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |