SOURCES SOUGHT
59 -- NAWC WOLF Versa Module Eurocard Single Board Computer
- Notice Date
- 11/25/2019 6:05:31 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
- N68335-20-RFI-0071
- Response Due
- 12/2/2019 8:00:00 AM
- Archive Date
- 12/17/2019
- Point of Contact
- Shara Ruth, Phone: 7323231096
- E-Mail Address
-
shara.ruth@navy.mil
(shara.ruth@navy.mil)
- Description
- Request for Information (RFI)Versa Module Eurocard Single Board ComputerNaval Air Systems CommandNaval Air Warfare Center Aircraft Division Webster Outlying Field______________________________________________________________________________RFI Number: N68335-20-RFI-0071Classification Code: 5962; Microcircuits, ElectronicNAICS Code(s): 334418 - Loaded computer boards manufacturingREQUEST FOR INFORMATIONPURSUANT 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 REQUIREMENTSThe Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Combat Integration & Identification Systems (CI&IDS) Division is soliciting information and comments from industry on its ability 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. The SBCs must: 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 systemsRESPONSESRequested InformationSection 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. Respondents shall include product specifications, release notes, functional descriptions and sketches with submission. Product specification and sketches are not included in the final page count. 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. Include a sponsor 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 INFORMATIONIn 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 receiving vendors’ commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below.The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competition. 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. Proprietary information will be safeguarded in accordance with 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 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 SAM website: www.beta.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.HOW TO RESPONDInterested 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 to the Contract Specialist, Shara Ruth at shara.ruth@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 02 December 2019, 11:00 A.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 Beta SAM website: www.beta.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://beta.sam.gov/opp/fa7b3e2d16714e86bb61a2243e0db9f5/view)
- Place of Performance
- Address: 37770, NJ 08733, USA
- Zip Code: 08733
- Country: USA
- Zip Code: 08733
- Record
- SN05503458-F 20191127/191125230301 (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 |