Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
MODIFICATION

70 -- Aircraft Rack Mount Server

Notice Date
5/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-17-R-0251
 
Archive Date
6/24/2017
 
Point of Contact
John C. Murtagh, Phone: 7323235283, Thomas Kracinovich, Phone: 732-323-7547
 
E-Mail Address
john.c.murtagh@navy.mil, thomas.kracinovich@navy.mil
(john.c.murtagh@navy.mil, thomas.kracinovich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Aircraft Rack Mount Server Naval Air Systems Command (NAVAIR) Naval Air Warfare Center - Aircraft Division (NAWCAD) RFI Number: N68335-17-R-0251 Classification Code: 7021 - ADP Central Processing Unit (CPU, Computer) Digital NAICS Code(s): 334111 - Electronic Computer Manufacturing REQUEST FOR INFORMATION PURSUANT 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 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 Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site fort the release of any follow-on information. BACKGROUND/ PURPOSE/ TECHNICAL REQUIREMENTS Naval Air Systems Command (NAVAIR), Naval Air Warfare Center - Aircraft Division (NAWCAD) (AD-5.0X) AIRWorks is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off the Shelf (COTS) Rack Mount Server to be installed in a C-27J aircraft. The servers will need to operate on a fixed wing aircraft and shall have the capability to operate on an aircraft traveling at speeds up to 380 miles per hour (mph) and altitude up to 30,000 feet. The Server shall be a 4U, standard 19-inch rack mountable unit that is no more than 22.75 inches in depth. The HC-27J Mission System Specification (MSS) of 09 Sep 2016 (signed approved version), is a high-level requirements document and, as such, contains limited specificity regarding the desired mission server. However, the recommended mission server shall include: •The server shall contain no less than dual 22 core Central processing units with a 2.2 GHZ or higher processor base frequency and at least 55MHZ of smart cache. •The server shall contain a minimum of 256 Gigabits of double‐data‐rate fourth‐generation memory. •The server shall have a minimum of 2 PCI-E 3.0 x16, 3 PCI-E 3.0 x8, and 1 PCI-E 2.0 x4 card slots. •The server shall have a quad port SDI video capture card. •The server shall have 2 video graphics cards with 3840 parallel processing cores or better and no less than 24GB of 9Gbps GDDR5X graphics processing unit memory, each having one DVI-D dual link and four 1.4 display ports. •The server shall have one DVI-A HD/SD analog video capture and display board with no less than 128 megabytes of double data rate synchronous dynamic random access memory. •The server shall have one isolated 4 port RS-232/422/485 serial card. •The server shall have a rear panel audio port. •The server shall have no less than 4 rear panel 10 Gigabit Ethernet ports. •The server shall have no less than 2 USB 3.0 and 2 USB 2.0 standard rear panel ports. •The server shall have no less than 1 USB 3.0 and 1 USB 2.0 standard front panel ports. •The Server shall have a 1320 Watt Minimum AC/DC swappable power supply. •The server shall have no less than 4 shock mounted drive bays that accept 2.5-inch solid state hard drives housed in easily removable carriers. •The Server shall be ruggedized to MIL-STD-810G for Shock & Vibration •The Processing Unit shall have operating temperature range of 0° to 50° C •The Processing Unit shall operate in humid condition range 5% to 95% non-condensing The vendor shall respond as to whether or not the system/ subsystem is certified for airworthiness on military fixed wing aircraft or carry a commercial supplemental type certification (STC). The current mission upgrades to the C-27J into the HC-27J require the integration of nineteen (19) subsystems, sensors, and radios to support the USCG maritime patrol missions. The configuration of the Mission Suite (MS) shall maintain as much commonality and supportability with the HC-130J, HC-144 and other United States Coast Guard (USCG) Maritime and USCG Minotaur platforms as possible. Two of the primary requirements for this procurement require that the server must be currently in the USCG inventory and that the Server is currently integrated with the US Coast Guard Minotaur Mission System Software. Additionally, the server shall contain no less than dual 22 core Central processing units with a 2.2 GHZ or higher processor base frequency and at least 55MHZ of smart cache. The server shall contain a minimum of 256 Gigabits of double‐data‐rate fourth‐generation memory. The server shall have a minimum of 2 PCI-E 3.0 x16, 3 PCI-E 3.0 x8, and 1 PCI-E 2.0 x4 card slots. The server shall have a quad port SDI video capture card. The server shall have 2 video graphics cards with 3840 parallel processing cores or better and no less than 24GB of 9Gbps GDDR5X graphics processing unit memory, each having one DVI-D dual link and four 1.4 display ports. The server shall have one DVI-A HD/SD analog video capture and display board with no less than 128 megabytes of double data rate synchronous dynamic random access memory. The server shall have one isolated 4 port RS-232/422/485 serial card. The server shall have a rear panel audio port. The server shall have no less than 4 rear panel 10 Gigabit Ethernet ports. The server shall have no less than 2 USB 3.0 and 2 USB 2.0 standard rear panel ports. The server shall have no less than 1 USB 3.0 and 1 USB 2.0 standard front panel ports. The Server shall have a 1320 Watt Minimum AC/DC swappable power supply. The server shall have no less than 4 shock mounted drive bays that accept 2.5-inch solid state hard drives housed in easily removable carriers. the USCG requires that all items be state of the market non-development items (NDI). Government Furnished Property (GFP) will NOT be provided and the USCG requires new procurement equipment only. RESPONSES Requested Information 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. Responses that include information detailing potential tradeoffs or alternative solutions is encouraged. •Respondents are requested to provide details specifically addressing the operational/ technical data and information identified below: 1.Production lead time for each major component, ensuring items with the longest lead time are identified 2.Unit Price 3.List of existing Certification and Standards 4.Software/Firmware Licenses requirements 5.Reliability Data/ Test Results (mean time between failure information and mean time between demand per component) 6.Projected end of life (EOL) date 7.Minimum economic order quantity (if applicable) a.Total quantity of units sold to date b.Date of delivery of first unit c.Date of delivery of most recent unit d.Any available discounts 8.Describe warranty options 9.Built-In Test and Built-In Test Equipment (BIT/ BITE) (calibration/ measurement/ traceability) (if applicable) 10.Describe training/ technical materials 11.Provide a functional block diagram of the product/ system, describing all inputs and outputs of external systems 12.Describe how each major component is to be mounted 13.Provide a list of the recommended spare parts for each major component of the product/ system 14.Operation: (select all that apply and remove/ delete any not applicable) a.Description of network architecture and software capabilities b.Encryption capability (include any NSA or FISP approvals/ certifications) c.GPS capabilities (integrated, separate, etc.) d.Description of the Line Replaceable Units (LRU) e.LRU (connector types) 15.Describe the Operating/ Technical characteristics: a.Voice/ video capabilities b.audio capabilities c.Ethernet/ wireless interface configuration and capabilities (IP gateway for VoIP, data communications, etc.) d.Safety Protections (e.g., overvoltage, overcurrent, etc.) e.Warning types (pre-programmed, configurable) f.System test and diagnostic capabilities (user initiated, auto generated) g.Redundancy design 16.Describe the Operating/ Technical characteristics for each major component: a. Dimensions (height x width x depth) b. Weight, in pounds c. AC/DC power requirements (voltage/ current while in operation and stand-by modes) d. Environmental protections/ military standard ratings (water resistance, electromagnetic interference (EMI) certifications, shock/ vibration certifications, overvoltage, overcurrent, airworthiness certifications, etc.) e.Operating and storage temperature limits (maximum and minimum) (Celsius) f.Humidity range limits, in Relative Humidity (RH) (operating & non-operating) g.Data at Rest capabilities (capacity, storage method, encryption capabilities, etc.) h.Signal Types of all inputs and outputs: format (Ethernet, audio, video, etc.), signal levels, quantities of each, and purpose of each signal i.Encryption/ decryption capabilities (if applicable) j.Identify the operating systems, if any, to include current revision information k.System test and diagnostic capabilities l.Input and output connector(s) descriptions m.Maintainability: activation, verification of operation ease 17.Airworthiness data and documentation including any certifications •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 e-mail address and phone number could be identified. •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 are requested to provide their estimated time it would take to submit a proposal from the date of order placement. •Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION The following non-government participants will have access to offerors' responses to RFIs and proposals as well: CRL Technologies Inc. 46591 Expedition Drive, #300 Lexington Park, MD 20653 Camber Corporation 22289 Exploration Drive, Suite 305 Lexington Park, MD 20653 JF Taylor Inc. (JFTI) 21610 South Essex Drive Lexington Park 20657 Global Technologies Management Resources Inc. (GTMR) 44145 Airport View Drive Suite #102, Hollywood, MD 20636 Booz Allen 46950 Bradley Blvd. Lexington Park, MD 20653 ManTech 44610 Expedition Drive Lexington Park, MD 20653 The non-government participants are employees of CRL Technologies, Inc., Camber Corporation, JFTI, GTMR, ManTech, or Booz Allen. They are under contract to the Government. They will serve as technical advisors to the Government and will be authorized access to only those portions of the proposal data and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. All non-governmental personnel have signed certificates of non-disclosure of source selection information and certificates disclosing any potential financial conflicts of interests, or their equivalent documents. Please provide written release to the Government for the disclosure of proprietary information to the non-government participants in the source selection. The written release should include: Name, Title, and Signature of Company Official. If you are not willing to provide this consent, please provide written notification. HOW TO RESPOND Interested 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 Technical Point of Contact, John C Murtagh, at john.c.murtagh@navy.mil. The Contracting Officer, Tom Kracinovich, shall also be copied on email submissions at Thomas.kracinovich@navy.mil. Propriety information, if any, should be minimized and must clearly be marked. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. Responses are due no later than 09 June 2017, 5:00 PM EST. (extended until Q&A can be posted) 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 Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0251/listing.html)
 
Record
SN04524169-W 20170528/170526234636-dd74e6cf0c044a831259ab809f959d8a (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.