Federal Bid

Last Updated on 29 Dec 2015 at 9 AM
Sources Sought
Philadelphia Pennsylvania

Intelligent Displays

Solicitation ID 15-TCC-006
Posted Date 13 Nov 2015 at 3 PM
Archive Date 29 Dec 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Philadelphia Pennsylvania United states 19112

Description:

The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is issuing, through Federal Business Opportunities (FBO.GOV) a sources sought from all sources that can provided 90 to 120 Intelligent Displays 20.1" LCD w/Touch for LPD-17 Fire Detection System over a 4 to 5 year contract. The Government plans to order 20 to 40 Intelligent Displays per year. NSWCPD is anticipating the award of Firm Fixed Price, three to five year contract for the Intelligent Displays. The government plans to issue an RFP in the first quarter of 2016 with award by the end of 2016. The basis of award is anticipated to be low price technically acceptable based on the below specification:

Specification:

HARDWARE SPECIFICATION
INTELLIGENT DISPLAY FOR LPD-17 FIRE DETECTION SYSTEM

This specification is approved for use by all Departments and Agencies of the Department of Defense.
1. SCOPE
1.1 Scope. This specification covers the hardware requirements for an intelligent, touchscreen display to be used for running Consilium Fire Detection System software aboard LPD-17 class ships and networking each display to fiber optic network switches as well as Consilium Fire Alarm Control Panels to allow for complete distribution of fire alarms and fault indications.
2. APPLICABLE DOCUMENTS
2.1 General. The documents listed in this section are specified in section 3 of this specification. This section does not include documents cited in other sections of this specification or recommended for additional information or as examples. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements of documents cited in sections 3 and 4 of this specification, whether or not they are listed.
2.2 Government documents.
2.2.1 Specifications, standards, and handbooks. The following specifications, standards, and handbooks form a part of this document to the extent specified herein. Unless otherwise specified, the issues of these documents are those cited in the solicitation or contract.
DEPARTMENT OF DEFENSE SPECIFICATIONS
MIL-S-901D - Shock Tests, H.I. (High Impact); Shipboard Machinery, Equipment and Systems, Requirements for
DEPARTMENT OF DEFENSE STANDARDS
MIL-STD-167-1A - Mechanical Vibrations of Shipboard Equipment (Type I - Environmental and Type II - Internally Excited)
MIL-STD-461F - Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment
MIL-STD-810F - Environmental Engineering Considerations and Laboratory Tests

(Copies of these documents are available online at http://assist.daps.dla.mil/quicksearch/ or http://assist.daps.dla.mil or from the Standardization Document Order Desk, 700 Robbins Avenue, Building 4D, Philadelphia, PA 19111-5094.)

2.3 Order of precedence. In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained.

3. REQUIREMENTS
3.1 Hardware The contractor shall provide hardware to the government in the form of a Qualified Set. A Qualified Set shall consist of the following components and subsystems, at a minimum. Additional equipment, fittings, and accessories shall be provided as necessary to meet the requirements in the LPD-17 Fire Detection System Performance Specification:

- One (1) Touch Screen Display PC (including display, internal computer, processor, network cards, motherboard and internal data storage device). All parts must be solid state and passively cooled (i.e. active cooling and vent openings are not acceptable). Display must be at least 20" but not to exceed 27".
- One (1) integrated mouse device
- Three (3) External USB ports
- Two (2) internal Network Interface Cards with internal multimode fiber optic connections for communication across redundant fiber optic networks
- One (1) DB-9 connector or equivalent converter for serial communication data transmission to/from an external CS3000 Fire Alarm Control Panel

3.2 Environmental Qualifications The display shall be capable of operating as sustained high temperatures of at least120oF and must have already been tested to and passed tests for the following MIL spec and standards:

MIL-S-901D - Shock Tests, H.I. (High Impact); Shipboard Machinery, Equipment and Systems, Requirements for
Grade A, Class I, Hull and Deck Mounted
MIL-STD-167-1A - Mechanical Vibrations of Shipboard Equipment (Type I - Environmental and Type II - Internally Excited)
MIL-STD-461F - Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment
Conducted emissions (CE101)
Conducted emissions (CE102)
Conducted susceptibility (CS 101)
Conducted susceptibility (CS 106)
Conducted susceptibility (CS 114)
Conducted susceptibility (CS 116)
Radiated emissions (RE 101)
Radiated emissions (RE 102)
Radiated susceptibility (RS 101)
Radiated susceptibility (RS 103)
MIL-STD-810F - Environmental Engineering Considerations and Laboratory Tests
Method 507.4

3.3 Display Configuration Operating System should be installed, along with all necessary firmware. All required drivers and COTS software licenses.

Synopsis Terms:

THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. This synopsis 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. The purpose of this announcement is to conduct market research to assess if there is a reasonable expectation of receiving two or more technically acceptable, reasonably priced proposals from firms in consideration of issuing a Request for Proposals and ensure adequate competition. This synopsis does not commit the government to contract for any supply or service whatsoever. If a solicitation is released, it will be released on Federal Business Opportunities website at http://www.fbo.gov . It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this potential requirement. The information provided in this Sources Sought Synopsis is subject to change and is not binding on the Government. Further, the release of the Sources Sought Synopsis should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that the U. S. Government will not pay for any information or administrative cost incurred in response to this Sources Sought Synopsis. All costs associated with responding to this Sources Sought Synopsis will be solely at the interested party's expense. Proprietary information shall not be included in any response to this Sources Sought Notice as support contractors may review and evaluate responses to this synopsis. Failure to respond to this Sources Sought Synopsis will not preclude participation in any future RFP, if issued.

Responses:

Responses to this synopsis in Microsoft Office compatible or Adobe PDF format are due no later than close of business 14 December 2015, and should not exceed five pages excluding any advertising materials such as company brochures or technical manuals. Responses shall include but not limited too relevant experience, description of your product, how you can meet the specification, and any barriers to meeting the specification. Unclassified responses shall be submitted via e-mail to Thomas Coletti at [email protected]. Verbal questions will not be accepted. All questions will be answered via posting questions and answers to the FBO.gov Website; accordingly, questions shall not contain proprietary or classified information. The Government does not guarantee that questions submitted after 14 December 2015will be answered.

Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 28 May 2015 at 3 PM
Location Unknown 15 Jun 2010 at 9 PM
Location Unknown 27 Aug 2019 at 5 PM
Bethesda Maryland 15 Jul 2014 at 12 PM

Similar Opportunities

Columbus Ohio 13 May 2024 at 4 AM
Savannah Georgia 22 May 2024 at 3 AM
Mechanicsburg Pennsylvania 03 Jun 2024 at 8 PM