REQUEST FOR INFORMATION
LCAC RUGGED DATA STORAGE 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 Storage Device for a system upgrade effort. This is a REQUEST FOR INFORMATION (RFI) for a Rugged Data Storage 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)
- USB Port Quantity 2 (threshold-minimum)
- USB type: USB 3.1 Gen 2/USB 3.2 Gen 2 (10 Gbps) or newer (threshold-minimum)
- Storage drives type: SSD SATA III or equivalent (threshold- minimum)
- NAND Technology type: Single Layer Chip (SLC) (objective)/ Multi Layer Chip (MLC) (threshold)
- Provide Hardware RAID support for: RAID 5, and RAID 1+0 (10) (goal)
- Storage Capacity: 6TB of memory from the removable SSDs (threshold-minimum)
- With Raid 5 or Raid 1+0 (10) applied
- Security capabilities: (goal)
- Full disk encryption support for data (hardware or software)
-
- AES -256 encryption
- Network encryption
Electrical:
- Input Power Voltage Range: 18-32 VDC (28 VDC nominal)
- Protection: Reverse Polarity and Over-current protection (goal)
Physical:
- Cooling: Conduction cooling with no 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: Flange mounted
- Power-on Indicator: External indicator that indicates the unit is powered ON (goal)
- Dimensions:
- Height: <8” (goal)
- Width: <8” (goal)
- Depth: <10” (goal)
- Weight: <10 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/bolt 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 +55°C, operational
- Humidity: 95%, non-condensing, operational
- Vibration: 10 to 2000 Hz, operational
- Shock: 10Hz@ 5Gs, 500Hz@40G’s, and 2000Hz@40 Gs, operational
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) announcement, 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 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: 334112 applies
Size Standard: 1250 employees
PSC: 7K20