Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2025 SAM #8677
SOURCES SOUGHT

99 -- Rugged, High-Performance Computers

Notice Date
8/27/2025 12:49:09 PM
 
Notice Type
Sources Sought
 
Contracting Office
W076 ENDIST GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
PANSWD-25-P-0000-025917
 
Response Due
9/10/2025 10:00:00 AM
 
Archive Date
09/25/2025
 
Point of Contact
Crystal Walker Green, Joesph Warby
 
E-Mail Address
crystal.m.walker-green@usace.army.mil, joesph.d.warby@usace.army.mil
(crystal.m.walker-green@usace.army.mil, joesph.d.warby@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), nor does it restrict the Government�s acquisition approach in any way. The Government is not seeking proposals at this time and will not accept unsolicited proposals. The purpose of this notice is to identify qualified and interested small and large business concerns capable of providing rugged, high-performance computers that meet the requirements described below. Responses to this notice will assist the Government in determining the appropriate acquisition strategy. Background The U.S. Army Corps of Engineers (USACE) has a potential requirement for rugged, high-performance computers to support hydrosurvey operations, hydraulic modeling, and other mission-critical activities in demanding field and industrial environments. These systems must provide exceptional durability, computational power, and compliance with Army cybersecurity and accreditation standards. Product Description / Salient Characteristics The Government is seeking information from potential sources that can provide rugged, high-performance computers meeting or exceeding the following minimum requirements: Ruggedization Ruggedized chassis and components rated �40 �C to +85 �C for field/industrial use. MIL-STD-810H or equivalent testing for shock, vibration, humidity, and temperature. IP65 or higher ingress protection against dust and water. Drop-resistant (minimum 4 ft). Rugged mounting capability (DIN rail or equivalent). Performance Multi-core CPU, 24 cores minimum (Intel i9-class or equivalent). Dedicated GPU, 16 GB VRAM minimum (NVIDIA-class or equivalent). 64 GB RAM minimum, dual-channel. 1 TB NVMe SSD minimum, ?2 DWPD endurance. Six (6) 2.5 GbE LAN ports minimum. Power & Reliability External ruggedized power supply for sustained field operation. Hot-swappable dual battery configuration (preferred). Minimum 8 hours continuous operation per charge (if battery-powered). UL safety labeling and documentation included. Connectivity Integrated Wi-Fi 6E and Bluetooth 5.2 (or better). Optional LTE/5G capability. Minimum of two USB 3.0 or higher ports. HDMI or DisplayPort output. Ethernet (RJ-45) port(s) in addition to required 2.5 GbE LAN ports. Software & Security Native support for Windows 11 Pro 64-bit. Compliant with USACE network/cybersecurity standards. Compliant with Army network accreditation standards. Compatible with existing USACE hydrosurvey and hydraulic modeling software. Other Requirements Manufacturer warranty: minimum 2 years, parts and labor. Requested Information Interested parties are invited to submit a capability statement that includes: Company name, address, point of contact, phone, and email. Business size and socio-economic status (e.g., Small Business, 8(a), SDVOSB, HUBZone, WOSB). GSA Schedule, NASA SEWP, or other governmentwide acquisition contract (if applicable). Manufacturer or authorized reseller status. Technical literature or specifications that demonstrate ability to meet or exceed the salient characteristics listed above. Information on compatibility with Army/USACE cybersecurity standards. Estimated lead time for delivery. Submission Instructions Responses shall be submitted electronically in PDF format to crystal.m.walker-green@usace.army.mil no later than September 10, 2025, at 12:00pm (CST). Submissions are limited to ten (10) pages. Please use �Sources Sought� in the subject line. Disclaimer This Sources Sought Notice is for market research purposes only. The Government will not pay for any information submitted. No solicitation exists at this time. Respondents are responsible for all expenses associated with responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/693e259e17ee452b877776429aa4ff3b/view)
 
Record
SN07569800-F 20250829/250827230054 (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.