Closed Solicitation · DEPT OF DEFENSE

    SOURCES SOUGHT FOR LCAC RUGGED NETWORK CORE SWITCH DEVICE

    Sol. N61331-26-SN-Q03Sources SoughtPANAMA CITY BEACH, FL
    Closed
    STATUS
    Closed
    closed Oct 16, 2025
    POSTED
    Oct 1, 2025
    Publication date
    NAICS CODE
    334511
    Primary industry classification
    PSC CODE
    2090
    Product & service classification

    AI Summary

    The Naval Surface Warfare Center is seeking sources for a commercial off-the-shelf Rugged Network Core Switch Device for the LCAC program. This Sources Sought notice is for information only and not a request for proposals. Interested vendors should respond by October 16, 2025, with relevant documentation and pricing information.

    Contract details

    Solicitation No.
    N61331-26-SN-Q03
    Notice Type
    Sources Sought
    Posted Date
    October 1, 2025
    Response Deadline
    October 16, 2025
    NAICS Code
    334511AI guide
    PSC / Class Code
    2090
    Primary Contact
    Trivia Massaline
    State
    FL
    ZIP Code
    32407-7001
    AI Product/Service
    product

    Description

    Request for LCAC Rugged Network Core Switch 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 Core Switch Device for a system upgrade effort.

    This is a REQUEST FOR INFORMATION (RFI) for a Rugged Network Core Switch Device for the Landing Craft Air Cushion (LCAC).  THIS IS NOT A REQUEST FOR PROPOSALS. 

    Key Parameters include but not limited to: 

    Features/Capabilities:

    1. Ports and Physical Interface:
      1. Twenty-four (24) Ethernet ports (threshold-minimum)
      2. 1Gb/s speed for all Ethernet ports (threshold-minimum)
      3. 10/100/1000BaseTX (or faster) port for local maintenance access (goal)
    2. Performance and Switching: (goal)
      1. Provides non-blocking switching capabilities
      2. Supports store-and-forward switching
      3. Switching capacity of twice the cumulative bandwidth of all Ethernet ports
      4. Supports switch stacking
    3. Port Management: (goal)
      1. Supports individual port configuration, including speed, duplex, and flow control
      2. Supports port rate limiting
      3. Allows enabling and disabling of individual ports
      4. Provides the capability to mirror individual ports
      5. Supports port channeling
    4. VLAN Support:
      1. Supports port-based VLANs and private VLANs
    5. Multicast Management:
      1. Supports IGMP snooping.
    6. Security:
      1. Supports 802.1X port-based authentication.
      2. Supports MAC address filtering
      3. Supports RADIUS or TACACS+ authentication
      4. Supports port security features, including violation modes (shutdown, restrict, protect) and actions
      5. Employs DoS protection mechanisms
      6. Supports SNMPv3
    7. Quality of Service (QoS):
      1. Support for IEEE 802.1p CoS with 8 priority levels (0-7)
      2. Supports DSCP
      3. Permits configuration of QoS policies based on Layer 2-4 criteria
      4. Allows at least four egress queues per port
      5. Supports Strict Priority queuing
    8. Management and Monitoring:
      1. Supports SSH and SFTP for remote management and file transfer
      2. Accepts multiple configuration files for backup and restore
      3. Supports configuration change logging and rollback
      4. Provides real-time system health monitoring
      5. Supports port mirroring (SPAN/RSPAN)
      6. Compatible with diagnostic tools (ping, traceroute, cable diagnostics)
      7. Capable of generating downloadable system event logs
      8. Provides individual port status monitoring and statistics
    9. Environmental Monitoring (if applicable):
      1. Provides environmental monitoring (temperature, humidity)

    Electrical:

    1. Input Power Voltage Range: 18-32 VDC (28 VDC nominal)
    2. Protection: Reverse Polarity and Over-current protection (threshold)

    Physical:

    1. Cooling: Conduction cooling with no internal or external forced-air required
    1. Corrosion Resistance: All connectors, fasteners, and the chassis material inherently corrosion resistant or treated (for example, anodized, chemical-filmed, or coated) to resist corrosion  
    2. Mounting: 19” rack mounted
    3. Power-on Indicator: External indicator that indicates the unit is powered ON (goal)
    4. Dimensions:
      1. Height: 1.75” (goal) 1U
      2. Width: 19” (goal) rack mounted
    5. Weight:  <20 lbs (goal)
    6. Connectors: RJ45, mini DB9, or 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. (goal)
    7. Grounding/Bonding: Provisions for grounding the chassis with a grounding screw/stud

    Environment:

    NOTE: Unit has been qualified for the following testing (goal):

    1. MIL-STD-461F Electromagnetic Interference (EMI), Navy surface ship applications:
      1. CE101
      2. CE102
      3. CS101
      4. CS106
      5. CS114
      6. CS116
      7. RE101
      8. RE102
      9. RS101
      10. RS103
    2. MIL-STD-810F tailored environmental specifications
    1. Low Temperature: -25°C, operational
    2. High Temperature +55°C, operational
    3. Humidity: 95%, non-condensing, operational
    4. Vibration: 10 to 2000 Hz, operational
    5. Shock: 10Hz@ 5Gs, 500Hz@40G’s, and 2000Hz@40 Gs, operational

    Vendors shall provide the following information:

    1. Responses for each key parameter listed in this document, i.e. how the proposed solution meets each parameter listed in this document. 
    2. Relevant documentation (data sheets, user manuals, test reports, etc.).
    3. Under separate cover, provide unit cost with price breaks up to a quantity of 100.  Range with not-to-exceed estimate is acceptable.
    4. Available reliability data with associated application conditions and measuring methods.
    5. Anticipated life-cycle of the proposed solution, e.g. anticipated active production years with follow on support years for existing customers.
    6. Lead-time for delivering first four units and standard lead-times thereafter should a production contract be awarded.
    7. Return for repair process with minimum estimated service charge.
    8. Technology maturity or technology readiness level (TRL) as defined by the Defense Acquisition Guidebook (DAG), and use in DoD programs.
    9. 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 October 16, 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 trivia.s.massaline.civ@us.navy.mil and frances.j.negron.civ@us.navy.mil.  Paper submittals should be directed to NSWCPCD (Code 023), ATTN: Trivia Massaline, 110 Vernon Ave, Panama City, FL 32407-7001 and label with the Sources Sought number and title.

    This is a Request for Information (RFI), 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 334511 applies, Size Standard is 750 employees, FSC 2090.

    Key dates

    1. October 1, 2025Posted Date
    2. October 16, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SOURCES SOUGHT FOR LCAC RUGGED NETWORK CORE SWITCH DEVICE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.