Federal Bid

Last Updated on 28 Mar 2025 at 2 PM
Sources Sought
Philadelphia Pennsylvania

Mircom Non-Recurring Engineering Services (NRE) for Machinery Control Systems (MCS) Fire Alarm Control Panel (FACP)

Solicitation ID N6449825P510122
Posted Date 28 Mar 2025 at 2 PM
Archive Date 27 Apr 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Philadelphia Div
Agency Department Of Defense
Location Philadelphia Pennsylvania United states

RFI

THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement for Mircom Non-Recurring Engineering Services (NRE) for Machinery Control Systems (MCS) Fire Alarm Control Panel (FACP)

The Contractor shall provide Non-Recurring Engineering (NRE) support services to further the development of fire alarm control panel and complete the following objectives:

  1. Enhance the FX-4000N platform by incorporating dual temperature trigger points for the System Sensor 5251 Heat Detector when used with the ALCN-4792MISO loop adder in CLIP mode. Introduce two reporting thresholds based on pulse width measurements:

    1. 600-1400 µs = Normal
    2. 1401-1750 µs = 105°F Alarm
    3. Above 1751 µs = 125°F Alarm

These thresholds align with the sensitivity specifications provided by System Sensor, allowing a tolerance level of ±50 μs (pulse width) or approximately ±3-4°F. The system will adhere to the standard alarm temperature settings of 105°F (standard) and 125°F (high temperature)

Currently, the configuration tool from Securiplex supports defining alarm points between 35°F and 189°F. This project will ensure compatibility and accurate temperature reporting within this range.

  1. Remove lockout feature from MGC-4000 configuration that denies user access to the panel after five (5) failed password attempts

The LHD/A MCS Team will take ownership of the completed deliverables and retain the right to use said deliverables through the consideration of a suitable manufacturer. The Contractor shall acknowledge that they retain no right to the completed deliverables.

APPLICABLE DOCUMENTS

  • Navy Issuances

https://www.secnav.navy.mil/doni/default.aspx

  • DOD Issuances

https://www.defense.gov/Resources/Forms-Directives-Instructions/

  • NAVSEAINST Library

https://www.navsea.navy.mil/Resources/Instructions/

The Contractor shall reference and utilize the latest version available when performing tasks within this PWS.

REQUIREMENTS

  1. Contractor shall enhance the FX-4000N platform by incorporating dual temperature trigger points through the completion of the following phases:

    1. Requirement Specification & Feasibility Study
      1. Define firmware and configurator change requirements.
      2. Conduct an exploratory study and initial testing on 5251 System sensor heat sensors.

    1. Firmware & Configurator Development
      1. Develop and implement necessary changes in firmware and the configurator.
      2. Conduct QA testing to ensure accurate reporting and compliance with specifications.

  1. Contractor shall modify the MGC-4000 lockout configuration through the completion of the following phases:

    1. Upgrade the MGC-4000 configuration locking mechanism for US Navy panel.
    2. Update firmware and configurator accordingly.
    3. Perform Internal QA testing for validation of locking mechanism.

CDRLS

Status Report: (CDRL A001) - Contractor shall provide status reports as needed.

SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required items to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements. 

Responses are not to exceed two (2) pages. Responses shall be in electronic format.  A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum.  The cover page is not considered in the total page count.

NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Stefan Kitzinger at [email protected] with the subject line "RFI N6449825P510122." All responses shall be unclassified and submitted no later than 03:00 PM EST on 12 April 2025.

This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP).  This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government.  The Government is NOT seeking or accepting unsolicited proposals.  This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes.

The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. PHONE CALLS WILL NOT BE ACCEPTED.

Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania 24 Apr 2025 at 1 PM
Location Unknown 19 Jun 2008 at 10 PM
Picatinny arsenal New jersey 09 Oct 2020 at 4 PM