Engineering Control System Hardware
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 29, 2025 06:48 am EST
- Original Response Date: Feb 13, 2025 03:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 28, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7B20 - IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 335314 - Relay and Industrial Control Manufacturing
- Place of Performance: Philadelphia , PA 19112USA
Description
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 Engineering Control System Hardware. It is the Government's intention to award a firm, fixed price Purchase Order, on a Brand Name basis (SIEMENS), to meet the Government's requirements (see below). NSWCPD intends to issue a solicitation to meet mission requirements. Prior to issuing a solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy.
SUBMISSION OF RESPONSES: Responses shall include specific detailsregarding 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 should be sent to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil with the subject line "RFI N6449825QXXX." All responses shall be unclassified and submitted no later than 03:00PM EST on 13 Februrary 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 theGovernment 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.
The techincal requirements goes as follows:
Item 1 - Managed Network Switch
- Protocols: TCP/IP, Profinet
- Ports: 8 RJ-45, 8 SFP
- Power Input: DC 24V, 2A
- Functions:
- Web-based management
- Port Mirroring
- HTTP/HTTPS/DCP/SNMP v1-3/IGMP
- Redundancy
- HRP
- HRP with redundancy manager
- HRP with standby redundancy
- MRP
- ACL- MAC-based
- ACL - port/MACS-based
- Mounting - 35mm top hat DIN rail
- Mounting - S7-1500 rail
- Maximum dimensions
- Height - 147mm
- Width - 140mm
- Depth - 200mm
Item 2 - Managed Network Switch
- Protocols: TCP/IP, Profinet
- Ports: 6 RJ-45, 2 SFP
- Power Input: DC 24V, 0.5A
- Functions:
- Web-based management
- Port Mirroring
- HTTP/HTTPS/DCP/SNMP v1-3/IGMP
- Redundancy
- HRP
- HRP with redundancy manager
- HRP with standby redundancy
- MRP
- ACL- MAC-based
- ACL - port/MACS-based
- Mounting - 35mm top hat DIN rail
- Mounting - S7-1500 rail
- Maximum dimensions
- Height - 147mm
- Width - 60mm
- Depth - 200mm
Item 3 - SFP Transceiver
- 100 Mbit/s LC port
Item 4 – Programmable Logic Controller (PLC)
- IEC-61131-3 Languages:
- LAD
- STL
- S7-SCL
- Extendable IO via modules
- Communication Interfaces:
- 2x RJ-45 Profinet
- 1x RJ-45 Ethernet (2-port bonded)
- 1x Profibus
- Extendable communication interfaces via modules
- Capable of executing C/C++ code synchronously with the CPU cycle
- Mounting - 35mm top hat DIN rail
- Mounting - S7-1500 rail
Item 5 – Digital Input module compatible with Item 4
- 16 channel, 24V DC
- Diagnostic and alarm monitoring
Item 6 – Communication Interface Module compatible with Item 4
- Interface: RJ-45 Ethernet
Item 7 – Programmable Memory Card compatible with Item 4
- 32GB
Attachments/Links
Contact Information
Contracting Office Address
- 5001 S BROAD STREET
- PHILADELPHIA , PA 19112-1403
- USA
Primary Point of Contact
- Joseph Aprile
- joseph.w.aprile2.civ@us.navy.mil
Secondary Point of Contact
History
- Jan 29, 2025 06:48 am ESTSources Sought (Original)