SOURCES SOUGHT
59 -- Single Board Computers (SBC) and Neptune Panel Input/Output (I/O) Board accessories for the Signal Generator Test Set (SGTS) A1 Central Processing Unit (CPU) Circuit Card Assembly (CCA) Engineering Change Proposal (ECP).
- Notice Date
- 3/1/2022 6:34:49 AM
- Notice Type
- Sources Sought
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833622R0111
- Response Due
- 3/11/2022 12:09:00 PM
- Archive Date
- 03/11/2022
- Point of Contact
- Darla M Kelly, Phone: 2405779332, Eric L. Waterman, Phone: 7323232559
- E-Mail Address
-
darla.m.kelly2.civ@us.navy.mil, eric.waterman@navy.mil
(darla.m.kelly2.civ@us.navy.mil, eric.waterman@navy.mil)
- Description
- PURSUANT TO FAR 6.302-1(ii)(A) � 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 the U.S. Government will not pay 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.� 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.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.� If a solicitation is released, it will be synopsized on the SAM.gov website:� www.sam.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks potential sources to procure 136 SBC and I/O Boards in the PC/104 form factor specification utilizing a power input of +5 Volts of Direct Current (VDC), configured with a 1.91 Giga-Hertz (GHz) Intel Atom Central Processing Unit (CPU) with 8 Giga Bytes (GB) of Double Data Rate 3 (DDR3) Synchronous Dynamic Random-Access Memory (SDRAM).� The SBC and I/O Boards will replace the obsolete A1 CPU CCA, extend service life on 101 USN and 14 FMS SGTS units, allow new production of the CPU A1 CCA to fill USN and FMS deficits, and enable the SGTS operating system update to WIN 10 LTSC to obtain a follow-on Authorization-to-Operate. SUBMITTAL INFORMATION:� It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to meet the requirements outlined above.� This documentation must address, at a minimum, the following:� Section 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 contractual 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.� Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. � Production Lead Times � Unit Pricing o Responses shall include current price list o Any available discounts o NOTE: Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. � List of existing Certifications and Standards � Projected End of Life (EOL) Date � Describe Warranty Options � If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DHS) programs of record that currently employ their solution.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. � Respondents should include a list of authorized distributors. HOW TO RESPOND
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/526ffb905141401b8272030e9ffd36b9/view)
- Record
- SN06254322-F 20220303/220301230105 (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 |