Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2025 SAM #8628
SOURCES SOUGHT

20 -- LCAC Rugged Data Acquisition Device

Notice Date
7/9/2025 11:50:49 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-25-SN-Q39
 
Response Due
7/24/2025 2:00:00 PM
 
Archive Date
08/08/2025
 
Point of Contact
Julia Phillips, Frances J. Negr�n
 
E-Mail Address
julia.m.phillips8.civ@us.navy.mil, frances.j.negron.civ@us.navy.mil
(julia.m.phillips8.civ@us.navy.mil, frances.j.negron.civ@us.navy.mil)
 
Description
Request for Information LCAC RUGGED DATA ACQUISITION DEVICE The Naval Surface Warfare Center, Panama City Division (NSWCPCD) is conducting a survey of potential sources for the Landing Craft Air Cushion (LCAC) program. NSWCPCD is seeking sources for a commercial off-the-shelf (COTS) Rugged Data Acquisition Device for a system upgrade effort. This is a Request For Information (RFI) for a Rugged Data Acquisition Device system for the Landing Craft Air Cushion (LCAC). THIS IS NOT A REQUEST FOR PROPOSALS. Key Parameters include but not limited to: Features: Ethernet Port Quantity: 2 (threshold-minimum) Ethernet Port Speed: 1 Gb/s (threshold-minimum) Input/Output Signal Type: Provisions for a configuration of analog, discrete, serial analog, and serial discrete inputs/outputs Input/Output Signal Quantity: 96 discrete I/O channels with input and output voltage ranges of 0-28 VDC, 12 D/A channels with 0-10 VDC and 0-20 mA output ranges, 16 A/D channels with 0-10 VDC, �10 VDC, and 0-20 mA input ranges, 16 100 Ohm RTD channels, and 8 programmable channels RS-422/RS-232/RS-485 (threshold) Security capabilities: (goal) Authenticated and encrypted boot Generation of public and private keys for RSA digital signatures Support for up to 4096-bit keys for resilience against quantum computing attacks Signing of application binaries with RSA signatures SHA-256 hashing for authentication of public keys Generation of AES keys up to 256 bits in length AES-CCM encryption for bootable code stored in flash memory AES-XTS encryption for code and data stored in block-oriented storage (e.g., SDcard, eMMC) Use of immutable Hardware Assisted Boot (HAB) code stored in ROM Use of AES and SHA-256 hardware accelerators Supply chain security, including the prevention of grey market and counterfeit device production Secure UART, USB, JTAG interfaces, and other I/O ports Downloading of secure binaries to flash memory via USB or JTAG or UART interfaces Processor locking Electrical: Input Power Voltage Range: 18-32 VDC (28 VDC nominal) Protection: Reverse Polarity and Over-current protection (threshold) Physical: Cooling: Sealed enclosure with Conduction cooling with no internal or external forced-air required Corrosion Resistance: All connectors, fasteners, and the chassis material inherently corrosion resistant or treated (for example, anodized, chemical-filmed, or coated) to resist corrosion Mounting: Flanged mounting Power-on Indicator: External indicator that indicates the unit is powered ON (goal) Dimensions: Height: <8� (goal) Width: <15� (goal) Depth: <15� (goal) Weight: <20 lbs (goal) Connectors: MIL-STD grade, threaded or bayonet style, circular connectors for external interfaces. No special pinout mappings required. Low connector count desired. Connector(s) not limited to single interface. Grounding/Bonding: Provisions for grounding the chassis with a grounding screw/stud or through the mounting flange Environment: NOTE: Unit has been qualified for the following testing (goal): . MIL-STD-461F Electromagnetic Interference (EMI), Navy surface ship applications: CE101 CE102 CS101 CS106 CS114 CS116 RE101 RE102 RS101 RS103 MIL-STD-810F tailored environmental specifications Low Temperature: -25�C, operational High Temperature +71�C, operational Humidity: 95%, non-condensing, operational Vibration: 10 to 2000 Hz, operational Shock: 10Hz@ 5Gs, 500Hz@40G�s, and 2000Hz@40 Gs, operational Salt fog Dust (fine sand) Fungus Vendors shall provide the following information: Responses for each key parameter listed in this document, i.e. how the proposed solution meets each parameter listed in this document. Relevant documentation (data sheets, user manuals, test reports, etc.). Under separate cover, provide unit cost with price breaks up to a quantity of 100. Range with not-to-exceed estimate is acceptable. Available reliability data with associated application conditions and measuring methods. Anticipated life-cycle of the proposed solution, e.g. anticipated active production years with follow on support years for existing customers. Lead-time for delivering first four units and standard lead-times thereafter should a production contract be awarded. Return for repair process with minimum estimated service charge. Technology maturity or technology readiness level (TRL) as defined by the Defense Acquisition Guidebook (DAG), and use in DoD programs. Description of any onboard diagnostic and/or fault identification/isolation capability. RESPONSES: Interested parties may provide electronic or paper submittals to be received by the Government by 24 July, 2025. There is no specific format or outline that submittals must follow. Each response must reference the RFI title. Contractors responding should indicate whether they are a small business (S), a small disadvantaged business (SDB), 8(a), or large business (L). Telephone responses will not be honored. Please email responses with any supporting attachments to julia.m.phillips8.civ@us.navy.mil and frances.j.negron.civ@us.navy.mil. Technical questions should be directed to Doug Yager at douglas.yager@navy.mil. Paper submittals should be directed to NSWCPCD (Code 023), ATTN: Julia Phillips, 110 Vernon Ave, Panama City, FL 32407-7001 and label with the Sources Sought number and title. This is a Request for Information (RFI), a market survey for written information only. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Navy Electronic Commerce Online (NECO) and Government Point of Entry website SAM.gov. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. NAICS Code: 334511 Size Standard: 750 employees PSC: 2090
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f0ed70306074ca391b758dab4fdd408/view)
 
Place of Performance
Address: Panama City, FL, USA
Country: USA
 
Record
SN07504089-F 20250711/250709230056 (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.