Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
SOURCES SOUGHT

58 -- Commercial Base Station Transceivers Supporting the APCO P25 Fixed Station Interface (analog & digital), Over-the-Air Rekeying (OTAR)

Notice Date
2/2/2016
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG44-16-R-RFI0009
 
Archive Date
3/12/2016
 
Point of Contact
Katherine Marie Kearney, Phone: 7572952280
 
E-Mail Address
katherine.m.kearney@uscg.mil
(katherine.m.kearney@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
BACKGROUND The United States Coast Guard's Command, Control, and Communications Engineering Center (USCG C3CEN) requests information on the availability of commercial base station transceivers supporting the APCO P25 Fixed Station Interface (analog & digital), Over-the-Air Rekeying (OTAR), and that meet or exceed the standards below: PERFORMANCE STANDARDS 1. Conformance to Telecommunications Industry Association (TIA) Standard 102.BAHA Fixed Station Interface Messages and Procedures 2. Conformance to Telecommunications Industry Association (TIA) Standard 102.AACA-A Project 25 Digital Radio Over-the-Air Rekeying (OTAR) Protocol 3. Conformance to Telecommunications Industry Association (TIA) Standard 102.BAAA-A Common Air Interface 4. Conformance to Telecommunications Industry Association (TIA) Standard 603-D-2010, Land Mobile FM or PM - Communications Equipment - Measurement and Performance Standards 5. Please provide information that substantiates your compliance with the following performance standards: a. VHF Base Station coverage 156-174 MHz b. UHF Base Station coverage 380-420 MHz c. Analog (4-wire) and Digital physical interfaces d. Selectable channels > = 16 e. VHF channel spacing 25 & 12.5 kHz f. UHF channel spacing 12.5 kHz g. Commercial Key Management Facility (KMF) compatibility (please specify) h. Power 120VAC 60 Hz i. Remote programming and updating j. Remote performance and status monitoring k. Receiver: i. Sensitivity < = -117 dBm ii. Spurious response rejection > = 80dB iii. Selectivity 80 dB @ 25 kHz, 75 dB @ 12.5 kHz iv. Intermodulation response > = 80 dB v. Remote diagnostics data output (signal strength, status) l. Transmitter: i. Frequency stability +/- 1 ppm or external reference input (5 MHz preferred) to achieve +/- 1 ppm ii. 100% duty cycle to 40 C iii. Analog audio input level -30 to +10 dBm balanced, 600 Ohm iv. Spurious and harmonic rejection < -36 dBm v. Power > = 100W The Coast Guard requests information on any 3rd party test data of transceivers meeting the performance specifications listed above. PHYSICAL CHARACTERISTICS Please provide form and fit information substantiating that the transceiver may be mounted in a 19-inch standard rack. Maximum height should not exceed 12 inches (including transmitters, receivers, and amplifiers). Depth should not exceed 20 inches. Weight should not exceed 60 pounds. TIA-102.BAHA AND OTAR EXTENSION INTERFACE MESSAGES The Coast Guard requests information on the availability of Over-The-Air-Rekeying (OTAR) interface messages for VHF and UHF transceivers that meet the performance specifications listed above. The Coast Guard has a requirement to provide an interface message design document to a third party for integration with the existing Rescue 21 system. Please elaborate on the ability/willingness of your company to enter into a non-disclosure with a third party. Logistics Support In our experience, based on historical data, commercial radios have a supportable life of 10 years. The Coast Guard requests information on the OEM's product lifecycle support including the following: (1) description of how the company would maintain and sustain the product throughout a 10 year lifecycle (parts, components, firmware support, software support, compliance with information assurance standards, factory and/or depot support, and technical training) and (2) product reliability (i.e. Mean Time Between Failure [MTBF]) and maintainability (i.e. Mean Time To Repair [MTTR]). Installation Support The Coast Guard requests information on capability to provide and install transceivers (up to four per site) at 258 operational sites located in the continental United States, Hawaii, Puerto Rico, and Guam, 3 disaster recovery sites, and 3 test bed sites. Please provide a description of installation support experience that describes the ability to complete installations given a fixed or modified schedule (due to unplanned delays caused by Coast Guard operations). Capabilities Brief If your company is interested in this RFI, please provide a capabilities brief to include the Name of your company, address, phone, Point of Contact (POC) Name, email and phone, DUNS #, NAICS code, size of business, and any other pertinent information. Additional Submission of Information Interested parties are encouraged to submit a response which supports the company's claim that it presently has the products that provide the technology, performance, functionality and form fit required to satisfy the requirements or submit a response which identifies areas in the system requirements that are technologically unachievable. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Positive statement of your interest in this procurement. 2. Description of product that will fulfill this requirement. 3. Do you offer a commercial produce that meets the requirement as stated? 4. Do you offer a commercial product that could be modified to meet this requirement? 5. Do you offer quantity or other discounts to your customers? 6. What are your warranty terms, if any? What is your standard warranty practice? Can you offer an innovative warranty approach that would cover the lag time from delivery to actual installation of the components? 7. Provide information for any additional charges for special packing and packaging and marking. 8. Are the items/services available on a commercial price list? If so, please provide the applicable price list(s). 9. What is your average delivery lead time for this type of product? 10. Do you provide operation and maintenance manuals? 11. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item. 12. Please provide a definitive statement on the willingness to enter into third party non-disclosures for the purpose of integrating the transceiver. 13. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. 14. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data). 15. Does your company intend to upgrade its transceivers to the TIA-102.BAHA-A standard when published? Comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine Kearney at Katherine.M.Kearney@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final specifications. The NAICS Code for this solicitation is 334220 (marine radio communications equipment manufacturing). Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/ Responses must be no longer than fifteen pages in length. Technical documentation and brochures, if included, do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on February 26, 2016 to the Contract Specialist, Katherine.M.Kearney@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d2c10d006f7fe9b2ecda33bd50df4177)
 
Record
SN04007535-W 20160204/160202234723-d2c10d006f7fe9b2ecda33bd50df4177 (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.