Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2025 SAM #8616
SOURCES SOUGHT

70 -- Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division Time Server System

Notice Date
6/27/2025 12:00:53 PM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-25-RFI-0476
 
Response Due
7/3/2025 2:00:00 PM
 
Archive Date
07/18/2025
 
Point of Contact
Truman Harris
 
E-Mail Address
truman.b.harris3.civ@us.navy.mil
(truman.b.harris3.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
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 that the U.S. Government will not pay for 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. 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. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial off the Shelf (COTS) time server system with an M-Code receiver, power supply, software maintenance, L1 and L2 Frequency Antenna , inline amplifier, lightning arrestor, and cables. The system should be a Global Positioning System (GPS) time and frequency server that can support network operations and security. It must be capable of M-Code functioning. 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 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). Country of origin for main component(s) 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. Respondents should provide a detailed description of the following characteristics of their solution in their submission: Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. Deployment time: continuous Accessories available: L1/L2 antenna kit, RF cable (various lengths), inline amplifier, inline lightning arrestor Tools required: none List of Certifications and Standards applicable to the product: DISA/ DoDIN certified, FCC Part 15, Class A, CISPR 32, Class A, UL 62368-1, CSA 22.2 62368-1, EN/IEC 62368-1 2nd ed., VCCI, RoHS 5/6 Features Dimensions (height x width x depth): 1U, 19� rackmount, 1.73 x 17.24 x 15.88� Weight in lbs.: 12.5lbs Safety Protections (e.g., overvoltage, overcurrent, cooling capabilities, etc.): temperature monitoring and compensation, redundant cooling fans, External connector(s) description: Network; 100/1000BASE-T RJ45 4ea, Serial Data/Timing; DB9-F RS-232 1ea, 1PPS Out; TTL 50ohm BNC 1ea, GPS; L1/L2 BNC 1ea, Console; DB9-F RS-232 1ea, Alarm Relay; SPST 300mA/32V 1ea, Power; IEC 60320 C14, PLGR/DAGR; DB15-M 1ea, Key Fill; DS-101 1ea. Operating and storage temperatures C/F: Operating; -20degC � +65degC (-4degF � +149degF). Storage; -40degC � +85degC (-40degF � +185degF) Environment ruggedness (protected from; rain, salt, humidity, sand, dust, etc.): Humidity; ?95%, non-condensing, IEC 60068-2-78Cb, IEC 60068-2-30Db, Shock & Vibration; Mil-Sdt-810H Number of GbE ports: RJ45 4ea Cybersecurity features: Crypto key, DS-101 Time accuracy: Std; �1 x 10??, OXCO; �5 x 10?? Frequency range of transmit amplification: N/A Receive bands with co-site filtering; L1 bandpass; 23MHz, L2 bandpass; 17MHz, Out-of-band rejection;40dB Antenna ports: BNC 1ea Waveforms supported: NTP v3,4 (FRC 1305/5905/8633), SNTP(RFC4330) NTP v3,4 Symmetric keys (SHA1/256/512 & MD5 SNMP v2c, v3 SNMP MIBII, Custom MIB, system status via SNMP DHCP/DHCPv6 HTTPS/SSL* (TLS 1.2/1.3) SMTP forwarding SSHv2 Telnet IPv4/IPv6 Syslog: 1 to 8 servers Port 1: Management & Time protocols Port 2, 3 & 4 time protocols User interface and display: Keypad; 0-9 numeric, up, down, left, right, ENTER, CLR, TIME, STATUS, MENU, keypad lockout. Display; high-resolution, 160 x 32 vacuum-fluorescent. Insertion loss: LNA gain; 29db, inline amplifier gain; 13db External finish: Front/rear panels; gray/black, balance; natural Other information Total quantity of units sold to date Date of delivery of the first unit Date of delivery of most recent unit Basic and extended warranty information Time to production If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) 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. 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 should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. 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 only to truman.b.harris3.civ@us.navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 03 June 2025, 5:00 P.M. EST. Responses to this RFI may not be returned. Respondents may not be notified of the result of the review. If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/218b97c1f7f54ceea3b19d3adc80904a/view)
 
Record
SN07492486-F 20250629/250627230046 (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 |
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.