Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOURCES SOUGHT

58 -- Commercial SATCOM X-Band Maritime Terminals and Services

Notice Date
3/7/2007
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-HSCG23-07-R-XBAND1
 
Response Due
3/20/2007
 
Archive Date
4/4/2007
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATIONS (FAR) PART 10 MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, USCG is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party?s expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1.0 Description 1.1 The United States Coast Guard (USCG) issues this RFI regarding Commercial SATCOM X-Band maritime terminals and services for market research, informational, and planning purposes only. The USCG is searching and considering alternative satellite communications capabilities to provide improved performance over the existing INMARSAT equipment and services. X-Band is one potential alternative that may provide higher bandwidth while also supporting both voice and data. Responses may be used in developing budget request and contract specifications for next generation commercial maritime terminals and services. 2.0 Background 2.1 U. S. Coast Guard cutters are currently equipped with Inmarsat Type Approved, CN-17 compliant, Nera Saturn Bm terminals that provide the following on-demand and lease capabilities: 16 kbps voice, secure voice (STU-III), 9.6 kbps G3 facsimile, 9.6 kbps asynchronous data, and 64 kbps synchronous data as well as legacy 64 kbps, 100 kHz full period leases that are currently accessed through an Inmarsat commercial satellite service provider. To augment the terminals? 64 kbps internal modem capability, the Coast Guard is fielding the 128K enhanced external modem upgrade, which consists of an Interface Control Unit (ICU) and Comtech 550T Satellite Modem. This field change allows the Coast Guard to operate at 128 kbps in 100 kHz full period leases or 64 kbps in split 50 kHz channels. In addition to the 128K enhancement the Coast Guard is also fielding a compression engine. Dedicated terrestrial lines connect commercial Land Earth Stations to Coast Guard communication facilities located in Virginia and California. 2.2 The Saturn Bm terminals include a key-operated emission control switch that disables transmit but still allow the terminal to receive. The removable key provides a method for positive control over each terminal?s transmit function. It should be assumed that these non-standard commercial options would continue to be required. 2.3 The Coast Guard is particularly looking for X-Band maritime equipment that provides a similar form, fit and recurring expense as the Nera Saturn Bm terminal. a. Antenna weight including radome shall not exceed 250 lbs. b. Radome volume shall not exceed 104ft cubed. Shape minimizes radar cross radar cross section. c. Standard equipment rack available volume (approximately 19in x 72in x33in) for below deck equipment. The Coast Guard is also interested in smaller terminals which could accommodate our various aircraft and cutters 110? and smaller. 2.4 The X-Band solution shall provide reasonable coverage of the earth?s surface with global and/or spot beam coverage primary focused on the Pacific and Atlantic ocean regions and Alaska 3.0 Requested Information The primary focus in this submittal should be on areas related to the X-Band alternative described in this RFI. Respondents interested in providing a response to this RFI should submit information which clearly describes the following: 3.1 Company Capabilities. 3.2 Standard product lines including X-Band services and terminals of a type customarily available in the commercial marketplace or modified to meet the USCG needs. If your company believes that items in your standard product line would meet the need described in this RFI, relevant product literature may be included in the submittal. 3.3 X-band maritime and aviation terminal and antenna, features and specifications including but not limited to: size, weight, stabilization, power requirements, and required navigation inputs such as shipboard gyro. 3.4 Geographic coverage areas including hemispherical, regional, and spot beam footprints. Specify beam size in nautical miles and if the beam(s) coverage area is movable. 3.5 Maritime terminals transition requirements between spot beam footprints (e.g. seamless transition between spot beam footprints with no ship user intervention required). 3.6 Typical data rates including symmetrical/asymmetrical point-to-point and point to multi-point configurations. 3.7 Network Management features including control of power, bandwidth, and Frequency assignments. 3.8 System security, including but not limited to network protection (i.e. physical security and encryption). 3.9 Estimated rough order of magnitude to include equipment investment (ship & shore) versus recurring service cost (e.g. full period, cost per bit, or shared access), other cost drivers and estimates. 3.10 Projected useful life of the equipment and service including maintenance and upgrade schedules. 3.11 Current availability of the technology, brief history including customer base/major customers, years in service, related reliability data, and estimated delivery time once ordered. 3.12 Business size in accordance with NAICS Code (Official NAICS Code will be selected upon a solicitation being released), Dun and Bradstreet number, and any other Government contracts held for this X-Band alternative including GSA Schedule should your firm hold one. If your firm has recently submitted a proposal with any Department of Defense, Department of Homeland Security, or other U.S. Federal Government activities, please indicate this with your submission to include agency?s name, solicitation number, and Contracting Officer?s name and point of contact information.. 3.13 Any other information that your company feels is pertinent to this acquisition. 4.0 Responses Please submit information via email to Todd Blose, Purchasing Agent, at Todd.W.Blose@uscg.mil, or Eric McDoniel, Contracting Officer, at Eric.C.McDoniel@uscg.mil no later than 4:00 PM on 20 March 2007. You may also submit supplemental hardcopy materials such as brochures, etc (2 copies each) to the Points of Contact at Commandant (G-ACS-2/TWB), USCG Headquarters, ATTN: Todd Blose/CGHQ-JR11-0407, 2100 2nd ST SW, Washington, DC 20593.
 
Record
SN01245457-W 20070309/070307220358 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.