REQUEST FOR INFOMRATION
LCAC RUGGED NETWORK SWITCH EDGE 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 Network Switch Edge Device for a system upgrade effort. This is a REQUEST FOR INFORMATION (RFI) for a Rugged Network Switch Edge Device system for the Landing Craft Air Cushion (LCAC). THIS IS NOT A REQUEST FOR PROPOSALS.
Key Parameters include but not limited to:
Features/Capabilities:
- Ports and Physical Interface:
- The switch shall provide a minimum of eight (8) 1 Gb/s Ethernet ports.
- The switch shall provide a minimum of 1Gb/s speed for all ports 8 Ethernet ports.
- The switch shall provide a 10/100/1000BaseTX (or faster) port on the front panel for local maintenance access.
- Performance and Switching:
- The switch shall provide non-blocking switching.
- The switch shall support store-and-forward switching.
- The switch shall have a minimum switching capacity of twice the cumulative bandwidth of all Ethernet ports.
- Port Management:
- The switch shall support individual port configuration, including speed, duplex, and flow control.
- The switch shall support port rate limiting.
- The switch shall support auto MDI/MDI-X on copper ports.
- The switch shall allow enabling and disabling of individual ports.
- The switch shall support individual port mirroring.
- VLAN Support:
- The switch shall support port-based VLANs.
- The switch shall support Private VLANs.
- Multicast Management:
- The switch shall support IGMP snooping.
- Security:
- The switch shall support 802.1X port-based authentication.
- The switch shall support MAC address filtering.
- The switch shall support RADIUS or TACACS+ authentication.
- The switch shall support role-based access control (RBAC).
- The switch shall support port security features, including violation modes (shutdown, restrict, protect) and actions.
- The switch shall limit the number of learned MAC addresses per port.
- The switch shall support MACsec (IEEE 802.1AE).
- The switch shall implement DoS protection mechanisms.
- The switch shall support secure firmware updates with image integrity verification.
- The switch shall utilize SSH key pairs for access.
- The switch shall support SNMPv3.
- The switch shall implement broadcast storm filtering.
- Quality of Service (QoS):
- The switch shall support IEEE 802.1p CoS with 8 priority levels (0-7).
- The switch shall support DSCP.
- The switch shall allow configuration of QoS policies based on Layer 2-4 criteria.
- The switch shall support at least four egress queues per port.
- The switch shall support Strict Priority queuing.
- The switch shall support Weighted Round Robin (WRR) queuing.
- The switch shall support rate limiting.
- The switch shall support traffic shaping.
- The switch shall support Weighted Random Early Detection (WRED).
- The switch shall provide QoS performance statistics and monitoring.
- Management and Monitoring:
- The switch shall support SSH and SFTP for remote management and file transfer.
- The switch shall support multiple configuration files for backup and restore.
- The switch shall support configuration change logging and rollback.
- The switch shall provide real-time system health monitoring.
- The switch shall support port mirroring (SPAN/RSPAN).
- The switch shall offer diagnostic tools (ping, traceroute, cable diagnostics).
- The switch shall generate downloadable system event logs.
- The switch shall provide individual port status monitoring.
- The switch shall provide individual port statistics.
- Environmental Monitoring (if applicable):
- The switch shall provide environmental monitoring (temperature, humidity).
Electrical:
- Input Power Voltage Range: 18-32 VDC (28 VDC nominal)
- Protection: Reverse Polarity and Over-current protection (threshold)
Physical:
- Cooling: Sealed enclosure with Conduction cooling with no internal or 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: Flanged mounting
- Power-on Indicator: External indicator that indicates the unit is powered ON (goal)
- Dimensions:
- Height: <8” (goal)
- Width: <15” (goal)
- Depth: <15” (goal)
- Weight: <20 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/stud 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 +71°C, operational
- Humidity: 95%, non-condensing, operational
- Vibration: 10 to 2000 Hz, operational
- Shock: 10Hz@ 5Gs, 500Hz@40G’s, and 2000Hz@40 Gs, operational
- Salt fog
- Dust (fine sand)
- Fungus
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: 335313
Size Standard: 1250 employees
PSC: 2090