Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOURCES SOUGHT

20 -- Commercial off-the-shelf (COTS) rugged device providing a MIL-STD-1553B interface to Ethernet for a system upgrade effort. - Sources Sought Amendment 1 - Sources Sought

Notice Date
7/31/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B32, 110 Vernon Ave, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-13-SN-Q07A
 
Archive Date
8/4/2014
 
Point of Contact
Stuart K. Burman, Phone: 8506366035
 
E-Mail Address
stuart.burman@navy.mil
(stuart.burman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Commercial off-the-shelf (COTS) rugged device providing a MIL-STD-1553B interface to Ethernet for a system upgrade effort. Commercial off-the-shelf (COTS) rugged device providing a MIL-STD-1553B interface to Ethernet for a system upgrade effort. Revision 1 The Naval Surface Warfare Center, Panama City Division (NSWC PCD) is conducting a survey of potential sources for the Landing Craft Air Cushion (LCAC) program. NSWC PCD is seeking sources for a commercial off-the-shelf (COTS) rugged device providing a MIL-STD-1553B interface to Ethernet for a system upgrade effort. This is a REQUEST FOR INFORMATION (RFI) for a rugged MIL-STD-1553B device for the Landing Craft Air Cushion (LCAC). THIS IS NOT A REQUEST FOR PROPOSALS. Key Parameters include but not limited to: External Interfaces: a) See Table 1 below: Table 1 - External Interface List # Interface Type Min. Qty Interface Details (T) = Threshold (T), (G) = Goal 1 Ethernet 1 a. Configurable IP address b. (T) Connection Support: 100Base-TX c. (G) Connection Support: 100Base-TX and 1000Base-T 2 MIL-STD-1553B 1 a. Transformer Coupled b. Bus Controller (BC) and Remote Terminal (RT) capable 3 Serial 8 a. Individual RS232/RS422 channel configuration b. Baud Rate Support: 4.8k, 9.6k, and 19.2k Software Development Kit (SDK) for Host Computer: b) Operating System (OS) Compatibility: Windows 7 c) Application Program Interface (API) for interfacing with device via host Ethernet connection Electrical: d) Input Power Voltage Range: 18-32 VDC (28 VDC nominal) e) Protection: Over-current protection Physical: f) Cooling: conduction cooling with no external forced-air required g) Corrosion Resistance: All connectors, fasteners, and the chassis material inherently corrosion resistant or treated (for example, anodized, chemical-filmed, or coated) to resist corrosion h) Mounting: provisions for installation on a standard EIA-310 19" rack shelf (shelf not required as part of unit) i) Power-on Indicator: external indicator that indicates the unit is powered ON (goal) j) Dimensions: i. Height: 2.5" (Threshold - maximum) ii. Width: 7.5" (Threshold - maximum) iii. Depth: 2.5" (Threshold - maximum) k) Weight: <3 lbs (goal) l) 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. m) Grounding/Bonding: provisions for grounding the chassis to the installation rack Environment: NOTE: The Government will perform qualification testing of the unit to the below tests. n) MIL-STD-461F Electromagnetic Interference (EMI), Navy surface ship applications: iv. CE101 v. CE102 vi. CS101 vii. CS106 viii. CS114 ix. CS116 x. RE101 xi. RE102 xii. RS101 xiii. RS103 o) MIL-STD-810F tailored environmental specifications i. Low Temperature: -25°C, operational ii. High Temperature +55°C, operational iii. Humidity: 95%, non-condensing, operational iv. Vibration: 10 to 2000 Hz, operational v. Shock: 25 Gs, operational Vendors shall provide the following information: 1. Responses for each key parameter listed in this document, i.e. how the proposed solution meets each parameter listed in this document. 2. Relevant documentation (data sheets, user manuals, test reports, etc.). 3. Under separate cover, provide unit cost with price breaks up to a quantity of 100. Range with not-to-exceed estimate is acceptable. 4. Available reliability data with associated application conditions and measuring methods. 5. Anticipated life-cycle of the proposed solution, e.g. anticipated active production years with follow on support years for existing customers. 6. Lead-time for delivering first four units and standard lead-times thereafter should a production contract be awarded. 7. Return for repair process with minimum estimated service charge. 8. Technology maturity or technology readiness level (TRL) as defined by the Defense Acquisition Guidebook (DAG), and use in DoD programs. 9. 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 2 August 2013. 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 Douglas Yager at douglas.yager@navy.mil Electronic responses to this announcement should be directed to Ivan Lugo at ivan.lugo@navy.mil and Stuart Burman at stuart.burman@navy.mil. Paper submittals should be directed to NSWCPCD, ATTN: Ivan Lugo, Code E31, 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 Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. NAICS Code 334511 applies, Size Standard is 750 employees, FSC 2090.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b7ea4ff2c01b6ee9fea3126d24796d3)
 
Record
SN03132961-W 20130802/130731235825-6b7ea4ff2c01b6ee9fea3126d24796d3 (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.