Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2022 SAM #7587
SOURCES SOUGHT

70 -- Ethernet Switch with Router

Notice Date
9/6/2022 9:38:09 AM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N6833522R0320
 
Response Due
9/13/2022 9:45:00 AM
 
Point of Contact
Trevor Greig
 
E-Mail Address
trevor.m.greig.naf@us.navy.mil
(trevor.m.greig.naf@us.navy.mil)
 
Description
Request for Information (RFI) Ethernet Switch with Router Naval Air Warfare Center Aircraft Division Webster Outlying Field ______________________________________________________________________________ RFI Number:� N68335-22-RFI-0320 Classification Code:� 7G22 - IT and Telecom � Network: Satellite and RF Communications Products (HW, Perpetual License Software) NAICS Code(s):� 334111 � Electronic Computer Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or commercial-off-the-shelf Ethernet switch with router to be used in an aircraft with the following specifications: The Ethernet interconnection hardware shall operate on 28 VDC The Ethernet interconnection hardware SHALL have 20 Ethernet ports and 2 Serial ports.� The Ethernet interconnection hardware SHALL contain both a Switch and a Router to enable the complex architecture and security of the Federated System network.� The Ethernet interconnection hardware shall meet the temperature requirements of procedure I of test methods 501 and 502 of MIL-STD-810H using conditions specified in MIL-E-5400 for Class 1A equipment.� The Ethernet interconnection hardware shall be capable of operating satisfactorily in all climates when subjected to an interior ambient atmosphere temperature between -40�C (- 40�F) and +71�C (+160�F).�� This is the required temperature range for equipment in the cockpit, cabin, and avionics racks. The Ethernet interconnection hardware shall meet the shock requirements of test method 516, procedure I (functional shock), procedure V (crash hazard shock), and procedure VI (bench handling shock) of MIL-STD-810H.� The classical saw tooth shock pulse of 11 ms duration shall be used. For functional shock, the Federated System Equipment shall be operating while 3 shock pulses of 20 g are applied in each axis direction (6 pulses per axis, 18 pulses total). A performance verification test shall be performed after functional shock. For crash hazard shock, the Federated System Equipment shall be unpowered while 2 shock pulses of 40 g are applied in each axis direction (4 pulses per axis, 12 pulses total). The bench shock number of drops shall be 24. The Ethernet interconnection hardware shall be designed such that all coatings and finishes shall withstand the cumulative exposure to salt fog expected over the life of the equipment. The Ethernet interconnection hardware shall be constructed so that dust (or fine sand) shall not be permitted to penetrate into cracks, crevices, bearings and joints to the extent that it interferes with the proper function of the equipment.� The Ethernet interconnection hardware shall be designed such that no component or subassembly will cause detonation of an explosive mixture when operated for a sufficient time period to ensure thorough permeation of all accessible regions of the equipment. The Ethernet interconnection hardware shall meet the humidity requirements of test method 507 and Figure 507.5-7 of MIL-STD-810H at a relative humidity of 95 �4% over ten temperature-humidity cycles.� The Ethernet interconnection hardware shall meet the fungus requirements of test method 508 of MIL-STD-810H. The Ethernet interconnection hardware shall meet the Rain requirements of procedure III of test method 506 of MIL-STD-810H. The Federated System Equipment, as installed and operating, shall meet Electromagnetic Environmental Effects control performance requirements (E3) of MIL-STD-464C and MIL Handbook 235.� The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with STANDARD LIMITS for Test Methods CS101. The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with STANDARD LIMITS for Test Methods CS115. The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with STANDARD LIMITS for Test Methods CE102.�� The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with CURVE #5 LIMITS for Test Method CS114. The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with Test Method CS116 NAVY 10 Amp requirement, and at 5.5 & 45 MHz platform RESONANCE frequencies. The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with NAVY HELICOPTER LIMITS for Test Method RE102. The Ethernet interconnection hardware SHALL meet MIL-STD-461G Electromagnetic Interference Emissions and Susceptibility requirements for Naval systems, to include compliance with NAVY EXTERNAL LIMITS for Test Method RS103. The Ethernet interconnection hardware SHALL meet MIL-STD-464C Electrical and electronic subsystems Electrostatic Discharge requirements utilizing MIL-STD-461G Test Method CS118. The Ethernet interconnection hardware SHALL meet the Lightning Protection requirements of MIL-STD-464C (Paragraph # 5.5) and MIL-STD-461G Test Method CS117. The Ethernet interconnection hardware shall withstand the following ultimate load factors: Axis��� ����������� Applied Separately���� ����������� Applied Simultaneously Longitudinal�� �20����� ����������� �20����� ����������� �10����� ����������� �10 Vertical���������� + 20 / -10������� +10 / -5���������� +20 / -10�������� +10 / -5 Lateral ����������� �18����� ����������� �10����� ����������� �9������� ����������� �18 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). Country of origin for main component(s) 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 should provide a detailed description of the following characteristics of their solution in their submission: Product specification, sketches, or listings of authorized distributors are not to count as part of the page count.� List of Certifications/Standards/Compliances (Military Standards, etc.) Programs and flight clearances Switch protocols Standards Security features Router protocols Internet Protocol (IP) routing Security features Operation Ethernet ports Operating and storage temperatures Humidity range in relative humidity (operating & non-operating) Features Dimensions (height x width x depth) Weight in lbs. Enclosure type Input/output interfaces (hard-wired and wireless, types, number of interfaces) Connectors Power Input (in volts of direct current) Consumption (in watts) Ruggedization features and standards Other information Total quantity of units sold to date Date of delivery of the first unit Date of delivery of most recent unit Basic and extended warranty information Time to production If applicable and able, 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.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. 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 In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.� Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.� The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� All information received in response to the 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.� 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 RFP 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 System for Award Management (SAM) website: www.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 are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail only to Trevor Greig at trevor.m.greig.naf@us.navy.mil. �Proprietary information, if any, should be minimized and must be clearly marked. �Responses are due no later than 13 September 2022, 12:45 P.M. EST. Responses to this RFI will not be returned. �Respondents will not be notified of the result of the review.� If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ff7adcb4d14a493d8f0469411067b617/view)
 
Record
SN06454531-F 20220908/220906230121 (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 |
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.