Federal Bid

Last Updated on 26 Sep 2019 at 8 AM
Sources Sought
Lakehurst New jersey

NAWCAD WOLF - Time Position Interface (TPI) Peripheral Mezzanine Cards (PMC) w/ Transformer Coupled Input Options

Solicitation ID N68335-19-R-0429
Posted Date 05 Sep 2019 at 12 PM
Archive Date 26 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Lakehurst New jersey United states 08733
RFI Number: N68335-19-RFI-0429
Classification Code: 6645 - Time Measuring Instruments
NAICS Code(s): 334515 - Instrument Manufacturing For Measuring and Testing Electricity and Electrical Signals

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 Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Combat Integration & Identification Systems (CI&IDS) Division is soliciting information and comments from industry on its ability to provide a commercial solution that provides Time Position Interface (TPI) Peripheral Mezzanine Cards (PMC) with Transformer Coupled Input options for each PMC to support AN/UPX-29(V) Interrogator System Mode 5 Upgrades and AN/UPX-24(V) Interrogator Set Organic Production. The TPI PMCs must meet the following mandatory requirements: (1) MIL-S-901D Shock Tests High Impact Shipboard Machinery, Equipment, and Systems; and (2) MIL-STD-167-1 Mechanical Vibrations of Shipboard.

The AN/UPX-24(V) Mode 5 project requires a TPI PMC that meets Mark XIIA Mode 5 signal routing design requirements. The required TPI PMC must be a form, fit, and functional replacement for cards used in fielded equipment on the AN/UPX-24(V) system. Specifically, the required TPI PMC for the AN/UPX-24(V) system must continue to receive and capture data from:

1) GPS-060 Precise Time and Time Interface (PTTI), Binary Coded Data (BCD) Time Message per ICD-GPS-060 Revision B
2) Inter-Range Instrumentation Group (IRIG) - Time Code Format B (IRIG-B) message per IRIG STANDARD 200-98
3) Havequick II Manchester Encoded Serial Time/Date Message per ICD-GPS-060 Revision B
4) GPS-150 Time Mark Data Message (Message ID #3) per ICD-GPS-150 Revision B over an RS-422 interface at baud rates between 50 HZ and 115.2 KHz

Additionally, the TPI PMC must also meet the following Input/Output requirements on the PMC P4 connector to perform the Mark XIIA Mode 5 functionality:

1) Pin 5 shall be reprogrammed as an input for the GPS-150 Time Mark Data Pulse (this pin will be tied to a 50-ohm impedance matching on custom VME backplane)
2) Pin 12 shall be programmed to accept an IRIG-B in (-) time code input message
3) Pin 20 shall be programmed to accept an IRIG-B in (+) time code input message
4) Pin 49 shall accept an RS-422 (+) signal that contains a GPS-150 Time Mark Data Message #3
5) Pin 51 shall accept an RS-422 (-) signal that contains a GPS-150 Time Mark Data Message #3
6) Pin 57 shall accept an RS-422 (+) signal that contains a HaveQuick II Manchester Encoded Serial Time/Date Message
7) Pin 59 shall accept an RS-422 (-) signal that contains a HaveQuick II Manchester Encoded Serial Time/Date Message
8) Pin 60 shall accept an input for GPS-060 PTTI 1PPS pulse (this pin will be tied to a 50-ohm impedance matching on custom VME backplane)
9) Pin 62 shall accept an RS-422 (+) signal that contains a PTTI BCD Time Message
10) Pin 64 shall accept an RS-422 (-) signal that contains a PTTI BCD Time Message

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).

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.

• Respondents shall include product specifications, release notes, functional descriptions and sketches with submission. Product specification and sketches are not included in the final page count.

• 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. Include a sponsor POC for each program, with email address and phone number.

• 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 receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below.

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competition. 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. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.

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 Federal Business Opportunities website: www.fbo.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 [email protected]. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 11 September 2019, 11:00 AM EST.

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.

 

Bid Protests Not Available

Similar Past Bids

Lakehurst New jersey 20 Jan 2021 at 7 PM
Patuxent river Maryland 17 Aug 2015 at 12 PM
Patuxent river Maryland 21 May 2014 at 5 PM
Patuxent river Maryland 13 Apr 2021 at 7 PM
Patuxent river Maryland 14 Jun 2016 at 6 PM

Similar Opportunities

Lakehurst New jersey 10 Jul 2025 at 8 PM
Saint inigoes Maryland 30 Jul 2025 at 4 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM
Lakehurst New jersey 10 Jul 2025 at 8 PM