Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

20 -- Request for Information for Situational Awareness, Boundary Enforcement and Response (SABER) Computing Hardware Production for Surface Ships

Notice Date
1/11/2018
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N0002418R4203
 
Point of Contact
Tara Borntreger, Phone: 202-263-9210
 
E-Mail Address
tara.borntreger@navy.mil
(tara.borntreger@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command is hereby issuing a Request for Information (RFI) on behalf of PEO SHIPS AM. The Navy intends to procure electronics equipment for use in providing cybersecurity related defenses on board surface Navy ships. The Navy is internally developing a Government owned cybersecurity computer program operating environment and cybersecurity related software applications. The Navy intends to procure computing platforms from industry to host this operating environment and other cybersecurity computer program applications, which will be termed the Situational Awareness, Boundary Enforcement and Response (SABER) Computing Hardware suite. The SABER Computing Hardware is required to be developed in four different types of SABER equipment suite units: Situational Awareness, Boundary Enforcement & Response (SABER) racks Boundary Defense Capability (BDC)/Distributed Packet Collector (DPC) Variant "A" units with built- in displays Boundary Defense Capability (BDC)/Distributed Packet Collector (DPC) Variant "B" units without built-in displays, Out of Band Network Switch (OOBNS) Units If a RFP is issued, it will contain a performance specification citing the required computing requirements for each configuration. The RFP, if issued, will likely require the successful offeror to design each of the enclosures to meet the performance requirements and to test (1) of each type of unit as first article test units. The First Article test units will be required to pass each of the following environment qualification tests: •· Heavyweight Grade "A" Shock Testing MIL-STD-901D •· Vibration MIL-STD-167-1A •· Electro-Magnetic Interference (EMI) MIL-STD-461 Rev F •· High Temp MIL-STD-810G CN1 Method 501.6 •· Low Temp MIL-STD-810G CN1 Method 502.6 •· Rain (drip) MIL-STD-810G CN1 Method 506.6 •· Humidity Temp MIL-STD-810G CN1 Method 507.6 •· Airborne Noise Requirement MIL-STD-740-1 The successful offeror will be responsible for identifying the test facilities and conducting all tests as well as documenting results and taking corrective actions, if necessary, to meet all environmental qualification testing requirements. Once the first article test units have passed testing, the contractor would be responsible for producing as many as 50 of each type of unit each year. The equipment vendor will not be required to provide cybersecurity computer program operating environments or computer cybersecurity computer program applications as these will be integrated by the Government after the equipment is delivered. However, the equipment vendor will be required to provide all the commercial operating systems and licenses associated with the commercial hardware in the units and the vendor will also be responsible for developing and providing equipment self-test and diagnostic software. REQUESTED RFI RESPONSES: •1. Describe your technical capabilities and experience in potentially meeting the requirements of a Government provided performance specification for designing and producing SABER equipment suites for multiple NAVSEA ship classes. •2. Describe your engineering capabilities and experience at testing and qualifying electronics equipment to meet Grade "A" shock as well as all the other environment qualification tests. Include your experience at locating and obtaining test facility support and your success at passing the tests and obtaining Government concurrence of the testing results. •3. Describe your manufacturing capabilities and quality production management capabilities to produce large numbers of SABER equipment configuration components (up to 50 quantity of each of 4 different types of units) each year for use on multiple surface ship classes. Responses and comments are requested by 4:00 pm (EST), on January 25, 2018. Information should be e-mailed to Mr. Ken Broadbent at kenneth.broadbent@navy.mil. Responses should indicate enough detail so that potential Navy interest can be assessed. Responses are requested to be provided electronically and acceptable formats include Adobe PDF, Microsoft Word, Microsoft Excel and Microsoft PowerPoint files. The information provided will assist NAVSEA in developing the hardware requirements for inclusion in future developments, procurements and acquisitions. As the hardware requirements will be publically available once published, the comments provided should not contain proprietary information. However, if some of the background on the comments provided is considered proprietary to the respondent, that portion shall be segregated and labeled as such and will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. It is noted that membership of the extended Navy team includes Government support contractors, but no information will be shared with non-Government employees without express permission from the source of the information. All submissions become Government property and will not be returned. This RFI in no way binds the Government to offer contracts to responding companies. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned business, HUBZone small businesses, and women-owned businesses are encouraged to participate. Academia and other research organizations are also encouraged to participate. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. Follow-up questions may be asked of responders for clarification, but this will not indicate a selection or preference. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued. Classified material will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002418R4203/listing.html)
 
Record
SN04787451-W 20180113/180111230957-890b3892ac879c012180fd3ba2cddc14 (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  © 1994-2020, Loren Data Corp.