Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOURCES SOUGHT

70 -- Military/Ruggedized VME64x Computer Chassis

Notice Date
7/3/2008
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY, CODE XPS2 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133108QSB02
 
Response Due
8/4/2008
 
Archive Date
8/19/2008
 
Point of Contact
Stuart Burman at 850-636-6035 , or Contracting Officer Mary Hines at 850-235-5389
 
Small Business Set-Aside
N/A
 
Description
GOVERNMENT SOURCES SOUGHT - REQUEST FOR INFORMATION (RFI) for a military/ruggedized VME64x computer chassis. THIS IS NOT A REQUEST FOR PROPOSALS. NSWC Panama City Division on behalf of the Landing Craft Air Cushion (LCAC) program is conducting a survey of potential sources. The requested chassis shall be a direct replacement for the currently used Control Alarm and Monitoring System (CAMS) VME32 chassis as part of the technology refresh program implemented by PMS377 to overcome LCAC Command, Control, Communications, Computers, and Navigation (C4N) end-of-life issues and need for a smaller chassis. Key Performance Parameters and physical characteristics are as follows: 1.Shall be a ruggedized VME64x compatible chassis with side mounted sliding rails2.Shall be MIL-STD-810F compliant for temperature, shock, and vibration tested temperature range for chassis -25C to +55C3.Shall be MIL-STD-461E compliant for Electromagnetic Interference4.Shall be capable of operation using electrical power provided on the LCAC from 18 - 32 VDC steady state voltage per MIL-STD-7045.Shall comply with ANSI/EIA RS-310C for installation in a standard nineteen (19) inch rack6.Shall require no more that 5u (Rack Units) in a standard 19 inch rack objective (horizontal card cages are acceptable)7.Shall require no more that 6u (Rack Units) in a standard 19 inch rack threshold8.Shall have a depth of 20 inches from rack mount flange to rear I/O panel objective (See Attached CAMS SBC3 Configuration Notational Rear I/O)9.Shall have a depth of 24 inches from rack mount flange to rear I/O panel threshold (See Attached CAMS SBC3 Configuration Notational Rear I/O)10.Shall have an interior mounting location for a 400Hz static inverter with dimensions of 4Length, 2.5Wide, and 2.5Height.11.Shall be capable of supporting one VME 64x ANSI/VITA 1.1-1997 (R2003) compliant backplane with a minimum of 7 slots12.The weight shall not exceed 70 pounds fully populated13.The fully populated VME chassis shall require no more than 250 watts average to operate during normal operations14.The fully populated VME chassis shall require no more than 500 watts peak during normal operations15.Shall have a custom rear input/output (I/O) panel capable of supporting MIL circular connectors (notional rear I/O layout provided vendor may propose alternate layout)a.Shell Size 10, Quantity 2b.Shell Size 14, Quantity 4c.Shell Size 16, Quantity 2d.Shell Size 18, Quantity 5e.Shell Size 22, Quantity 4f.BNC, Quantity 15g.MIL-STD-1553B, Quantity 2 16.The VME chassis shall be capable of being maintained by User Level operators or technicians through available training, diagnostic tools, test equipment, and technical documentation (manuals, etc)17.The VME chassis shall have front and rear lifting handles18.The VME chassis shall be capable of being sustained throughout an operational support life of 15 years with spare parts that can be quickly requisitioned and delivered world-wide 19.The VME chassis shall be constructed of aluminum or aluminum alloy of sufficient strength to maximize stiffness while minimizing racking20.All chassis fasteners and chassis components (excluding power supply, backplane, internal wiring, and rack mount flanges) shall be aluminum, stainless steel, or composite materials21.The VME chassis shall be painted with paint color FED-STD-595B, color #26307 (navy equipment gray)22.All unpainted aluminum surfaces shall be anodized or chemical film coated23.All VME chassis markings shall be black, FED-STD-595B, color #17038, Arial font24.The VME chassis without VME circuit boards shall have a predicted MTBF in excess of 10,000 hours and a predicted MTTR of no more than 0.5 hours25.The VME chassis front panel shall have:a.Master power switchb.5A circuit breaker for primary power distribution to external peripheralsc.VME reset switchd.LED indicators for DC input power and VME reset statuse.Health monitor system displayf.Elapsed time indicator26.The VME chassis shall have a health monitor system that at a minimum displays:a.Chassis voltageb.Chassis temperature statusc.Chassis cooling fan status27.The VME chassis shall have a minimum of 600 linear feet per minute (LFM) airflow capacity across the VME boards28.Internal line replaceable units (LRUs) shall be front panel accessible where possible (power supplies, etc) Neither NSWC Panama City Division nor PMS377 will pay or provide reimbursement for any costs incurred in the preparation or delivery of the requested information. Industry firms capable of providing the required systems, in whole, are invited to submit a response to this notice. For qualified vendors, NSWC PCD anticipates using the GSA schedule for future procurements of the VME chassis. Vendors that have a VME chassis that meets the requirements listed above, but are not on the GSA schedule are encouraged to submit information. Firms should identify/submit a copy of their GSA schedule, if applicable, as well as literature, brochures, videos, technical specifications to include weight and dimensions, price lists, current design and production status, estimated production capacity, and capabilities summaries directly addressing the ability to meet the aforementioned needs. Product demonstrations are desired as a supplemental means of obtaining information. Contractors submittals that the Government determines to possess potential application may be provided an opportunity to demonstrate their system in a limited-scope demonstration in the August September 2008 timeframe. The assessment criteria are based on system technical maturity, capabilities, performance, potential effectiveness, cost and schedule. For the purposes of the demonstration, the focus will be on verifying system ability to satisfy the assessment criteria while operating in a relevant operational environment. The Government does not anticipate providing funds to Contractors to participate in the demonstrations. RESPONSES: Interested parties may provide electronic or paper submittals to be received by the Government by 1630 hours on 2 August 2008. There is no specific format or outline that submittals must follow. Each response must reference the RFI title and must be limited in length to ten (10) typed pages. Specific narrative information that should be provided in the submission include: (1) System description and capabilities (2) Summary of past test events with location, dates and results (3) Logistic supportability and (4) projected unit cost estimate information. Supporting literature and test documentation that demonstrate technical maturity of your proposed solution may be included in addition to the 10-page narrative paper. Contractors offered an opportunity to demonstrate their system will be provided additional details including demonstration schedule and extent of support the Government will provide. 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 Tim McCabe at timothy.h.mccabe@navy.mil and responses to this announcement should be directed to Naval Surface Warfare Center Panama City Division, ATTN Tim McCabe, Code E31, 110 Vernon Ave, Panama City, FL 32407-7001. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e3eb5deabc025f4118b48ea8a49ee24&tab=core&_cview=1)
 
Record
SN01607621-W 20080705/080703220831-13a996886216cdd6d4592e22848cc430 (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.