Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2025 SAM #8655
SOURCES SOUGHT

70 -- Sources Sought for LCAC Rugged Display Monitor

Notice Date
8/5/2025 10:34:16 AM
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-25-SN-Q47
 
Response Due
8/20/2025 2:00:00 PM
 
Archive Date
09/04/2025
 
Point of Contact
Julia Phillips, Frances J. Negr�n
 
E-Mail Address
julia.m.phillips8.civ@us.navy.mil, frances.j.negron.civ@us.navy.mil
(julia.m.phillips8.civ@us.navy.mil, frances.j.negron.civ@us.navy.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT FOR LCAC RUGGED DISPLAY MONITOR The Naval Surface Warfare Center, Panama City Division (NSWCPCD) is conducting a survey of potential sources for the Landing Craft Air Cushion (LCAC) program. NSWCPCD is seeking sources for a commercial off-the-shelf (COTS) Rugged Display Monitor for a system upgrade effort. This is a REQUEST FOR INFORMATION (RFI) for a Sunlight Readable Rugged Display Monitor for the Landing Craft Air Cushion (LCAC). THIS IS NOT A REQUEST FOR PROPOSALS. Key Parameters include but not limited to: Features: Resolution: 1920 x 1080p or better at 60hz refresh or greater Screen size: 24� Weight: 25 lbs (goal) Mounting Method: Panel Mount (goal) Touchscreen: No touchscreen Screen: Anti-glare and hydrophobic coating (goal) Firmware: Ability to view and update Number of inputs: 2 minimum Any 2 of the Desired Input options: DVI-D, 3G-SDI, or HMDI NVIS: Compatible with Night Vision Imaging Systems (NVIS) in accordance with Mil. Spec. MIL-L-85762, class A, type 1. Modes: Day and Night Mode User Controls to adjust key settings and modes ECDIS Color Calibration (goal) Max Brightness: 700 cd/m^2 or greater Min Brightness: 2 cd/m^2 or less Electrical: Input Power Voltage Range: 18-32 VDC (28 VDC nominal) Input Power Wattage: Less than 275W (threshold), 150W (goal) Protection: Reverse Polarity and Over-current protection (goal) Physical: Mounting: Perimeter, flange, or back VESA mounted Power-on Indicator: External indicator that indicates the unit is powered ON (goal) Dimensions: Height: 15� (goal) Width: 24� (goal) Depth: 3.5� (goal) Weight: ~25lbs (goal) Connectors: MIL-STD grade threaded or bayonet style, circular connectors for external interfaces. No special pinout mappings required. Low connector count desired. Connector(s) not limited to single interface. Grounding/Bonding: Provisions for grounding the chassis with a grounding screw/bolt or through the mounting flange Environment: NOTE: The product should be designed to meet the qualification testing below. MIL-STD-461F Electromagnetic Interference (EMI), Navy surface ship applications: CE101 CE102 CS101 CS106 CS114 CS116 RE101 RE102 RS101 RS103 MIL-STD-810F tailored environmental specifications Low Temperature: -25�C, operational High Temperature +55�C, operational Humidity: 95%, non-condensing, operational Vibration: 10 to 2000 Hz, operational Shock: 10Hz@ 5Gs, 500Hz@40G�s, and 2000Hz@40 Gs, operational Splash proof in accordance with MIL-STD-108E Vendors shall provide the following information: Responses for each key parameter listed in this document, i.e. how the proposed solution meets each parameter listed in this document. Relevant documentation (data sheets, user manuals, test reports, etc.). Under separate cover, provide unit cost with price breaks up to a quantity of 100. Range with not-to-exceed estimate is acceptable. Available reliability data with associated application conditions and measuring methods. Anticipated life-cycle of the proposed solution, e.g. anticipated active production years with follow on support years for existing customers. Lead-time for delivering first four units and standard lead-times thereafter should a production contract be awarded. Return for repair process with minimum estimated service charge. Technology maturity or technology readiness level (TRL) as defined by the Defense Acquisition Guidebook (DAG), and use in DoD programs. Description of any onboard diagnostic and/or fault identification/isolation capability. RESPONSES: Interested parties may provide electronic or paper submittals to be received by the Government by August 20, 2025 at 1600 CT. There is no specific format or outline that submittals must follow. Each response must reference the RFI title. Contractors responding should indicate whether they are a small business (S), a small disadvantaged business (SDB), 8(a), or large business (L). Telephone responses will not be honored. Technical questions should be directed to Doug Yager at douglas.yager.civ@us.navy.mil. Electronic responses to this announcement should be directed to Julia Phillips at julia.m.phillips8.civ@us.navy.mil and Frances Negron at frances.j.nefron.civ@us.navy.mil. Paper submittals should be directed to NSWCPCD, ATTN: Julia Phillips, Code 023, 110 Vernon Ave, Panama City, FL 32407-7001. This is a Sources Sought announcement, a market survey for written information only. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. 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 Government Point of Entry website SAM.gov. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. NAICS Code 334513 applies. Size Standard is 750 employees. PSC 7K20.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/deb133d0bceb4c579df9a634098c9540/view)
 
Place of Performance
Address: Panama City, FL, USA
Country: USA
 
Record
SN07537795-F 20250807/250805230053 (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.