SOLICITATION NOTICE
53 -- TOUCH PANEL REPLACEMENT
- Notice Date
- 1/11/2017
- Notice Type
- Presolicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N00178-17-Q-0001
- Archive Date
- 2/9/2017
- Point of Contact
- Diana M. Moses, Phone: 5406536338
- E-Mail Address
-
diana.moses@navy.mil
(diana.moses@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This request for information is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. Federal Business Opportunities (FBO) will be the single point of entry for posting of synopsis and solicitation to the Internet. This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This RFI is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U.S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any Information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) has tasked E30 to find compatible touch screen computer solutions that can be integrated into the Gun Module Remote Control System (GMRCS) for the purpose of replacing current equipment approaching End-Of-Life (EOL). E30 is looking for potential substitute parts for two different equipment locations. Both a ruggedized COTS integrated systems and a two piece COTS components solution (ruggedized touch screen with an external cpu) to be integrated by the government are being considered. The units will need to be designed to meet all Gun Mission Module (GMM) required environmental tests. Table 1 has the key features of the two equipment locations. A single equipment solution or two different equipment solutions would be acceptable. Both locations have 28V DC power (preferred), and could be modified for access to other common/standard power configurations. Electronics should be readily available, and be expected to be commercially available for at least 5 years. Electronics will need to have no FLASH RAM used or have certificates of volatility available. Current requirement Location 1 Location 2 Touch Screen Size 10.1 inch screen 10.1 inch screen Resolution 1024 x 786 800 x 600 Ethernets 2 2 USB ports 2 2 Available area 10" by 12" by 2" 6" by 8.5" by 2" Weight limit 6 lbs 6 lbs For integration system solutions the following requirements also apply. The system shall provide dual core 2 GHz i5 processing capability or better, at least 4 GB of RAM, a disk drive with at least 500 GB of storage, and Operating System (OS) Support/Compatibility for Red Hat Enterprise Linux 6. The system hard drive shall be removable by installers/maintainers. The efforts required for this RFI are expected to be UNCLASSIFIED, and should not require vendor personnel to obtain a security clearance. However, material will be For Official Use Only (FOUO), and should not be seen or given to any other organization, party, or person. Vendor personnel shall not release or remove system documentation, data, or reports generated by or through the use of Government systems. All requests for information shall be forwarded to the Government. No information shall be released without written approval from the Government. Vendor shall be responsible for travel to and from NSWCDD of their units and any personnel. Responses to this RFI should include as much detailed technical information as possible. There are no limitations on what a response should include, but it should have at a minimum: Company Name and Address Point of Contact to include phone/fax/e-mail) Corporate POC (to include phone/fax/e-mail) Technical POC (to include phone/fax/email) Cage Code NAICS Codes Business Size and Status Type of Small Business (if applicable, i.e. 8(a), woman-owned, HUB zone, etc.) Capability Statement Specific customers (for previous or similar contracts held) Any Other material (relevant to establishing core competencies of the firm) NSWCDD may request further information regarding the capabilities of respondents to meet the requirements as deemed necessary. At no cost to the Government, responding vendors/offerors may continue technical dialogue via this market survey through the Contract Specialist after the initial response is provided. Eligible partners who may respond to this synopsis include companies, public and private foundations, non-profit organizations (including universities) and state or local government organizations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N00178-17-Q-0001/listing.html)
- Place of Performance
- Address: DAHLGREN, Virginia, 22448, United States
- Zip Code: 22448
- Zip Code: 22448
- Record
- SN04369392-W 20170113/170111234556-4ed42e3ab6cde19956c07402c593ae3a (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 |