Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
MODIFICATION

D -- Next Generation Wireless Broadband Demonstrator

Notice Date
11/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
WirelessBroadbandDemonstrator
 
Archive Date
12/1/2010
 
Point of Contact
Lisa Louison, Phone: 202 254-6745
 
E-Mail Address
lisa.louison@dhs.gov
(lisa.louison@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Project: Next Generation Wireless Broadband Demonstrator I. Description: This Request for Information (RFI) is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotes. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Those who respond to this RFI should not anticipate feedback concerning its submission. This RFI does not commit the Government to contract for any supply or service. The Government is not seeking proposals at this time. Additionally, the Government will not provide reimbursement for any information that may be submitted in response to this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Note that responses should not take the form of a proposal and will not be understood as such. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. II. Purpose: U.S. Customs and Border Protection (CBP) within the US Department of Homeland Security is responsible for securing the nation's borders against illegal entry of people and goods while managing legitimate travel and trade. To support this mission, CBP owns, operates, and maintains one of the largest tactical voice communications infrastructures in the Federal government. TACCOM systems are the primary communications lifeline for agents and officers and are critical to their safety, as well as the success of their missions and operations. To continue effectively supporting this mission, the current tactical communications system must be upgraded in a cost-effective and operationally efficient manner. The Science and Technology (S&T) Directorate is the primary research and development arm of the Department of Homeland Security. The S&T Directorate's mission is to improve homeland security by providing to customers state-of-the-art technology that helps them achieve their missions. S&T customers include the operating components of the Department, and state, local, tribal and territorial emergency responders and officials. S&T is working with CBP to examine what technology is currently available in the marketplace and determine where research is needed to help ensure that they are able to continue operating effectively. This RFI is being released as part of this effort. CBP must provide agent and officer connectivity and interoperability that allow all users and mission partners to share the information they need, when they need it, in a form they can understand and act on with confidence, and protects information from those who should not have it. This relies on the ability to provide secure voice, data and video communications and will focus on building a network that leverages commercial infrastructure wherever possible and supports current, emerging and future requirements. As part of this effort, DHS is gathering information on technology that can address one or more of the following objectives: OBJECTIVE #1: LMR over Broadband. Describe a portable, P25-compliant radio that is able to accept a standardized (e.g., USB or PCMCIA card) broadband wireless modem. Radio modes must permit the transmission of encrypted voice through direct, radio to radio talk around (i.e., no infrastructure), over existing Land Mobile Radio (LMR) network(s) (P25 /Legacy) VHF, UHF and/or 800MHZ trunking or over any broadband wireless network or technology (e.g., 3G/4G, LTE, CDMA, GSM) based on RF environment (e.g., network availability). Responses to this objective must address the following questions: 1. What is the plan to avoid obsolesce and reconcile the difference between lifecycle and technical refresh rates? (Currently, LMR radios at 7-10 years and commercial broadband technologies at 2 years) How can the proposed technology be built to a common standard interface or upgraded/maintained to ensure that it is functional regardless of what telecommunications infrastructure it operates on. 2. What is the level of maturity of the proposed technology? Fielded? In development? If fielded, provide examples of current usage, including a description of the operational environment in which it is deployed (e.g., user organization, geographic location, number of users, etc.) 3. What is the plan for product evolution? Is this radio a prototype or an existing technology that will be modified as requirements emerge? 4. What is the rough order of magnitude (ROM) cost (per unit) for the proposed technology? If this solution has not yet been fielded, ensure that this ROM cost includes and developmental or test costs. 5. Describe operation of the unit; how does the radio select the operating mode (i.e., direct (talk- around), LMR network or broadband network) 6. Does the radio permit bridging technologies to extend the range of coverage (e.g., mesh scenario; take in-bound broadband voice and transmit via LMR direct) OBJECTIVE #2: Remote Radio Management. Describe a solution that enables the remote configuration of radios and other devices, to include radio parameters (e.g., channel, RF configurations) and encryption keys using broadband and/or existing LMR networks. This solution should support the ability to manage and establish interoperable dynamic talk groups by centralized operations centers. Responses to this objective must address the following questions: 1. How will this proposed solution perform over-the-air-rekeying and remote programming (over-the air programming) for LMR radios and commercial devices? 2. How will this proposed solution create and manage dynamic talk groups that connect CBP, federal, state, local and Tribal (FSLT) participants? Note: CBP and FSLT participants may be using different networks and devices. 3. What is the level of maturity of the proposed technology? Fielded, in development? If fielded, provide examples of current usage. 4. Described how your solution enables transmit/receive voice while performing over-the-air rekeying and/or over-the-air programming in parallel, without disruption. 5. Describe the scalability of this solution. Are there any limitations on the number of radios that can use this solution? 6. Describe the number of components required in your solution and the approximate cost. OBJECTIVE #3: Integrate multiple Broadband networks with existing private, commercial and government networks. Describe a solution that integrates multiple networks (e.g., AT&T, Sprint, Verizon, commercial networks) and various technologies (e.g., CDMA, GSM, LTE) to provide seamless coverage with session persistence and adds conditioning to deliver a higher grade of service with regard to security, priority access, and network latency. Responses to this objective must address the following questions: 1. What type of, if any, roaming agreements are necessary as part of the proposed solution? 2. Describe how coverage could be extended by adding new sites or integrating public/private networks. 3. What, if any, is the concept for priority access including ruthless preemption? 4. How will this solution meet required Law Enforcement Grade of Service (GoS). The GOS must include the following parameters: a. Latency requirements (e.,g, < 100msec) b. Law enforcement grade PTT (e.g., < 500msec connect times) c. Priority based access d. Security (Encryption- AES) e. High availability- (> 95%) 5. Has this type of solution been used anywhere previously? 6. How will charges be incurred as part of this solution (i.e., what is the cost model?) - minutes per device, number of devices, number of networks linked together, etc.? III. How to Respond: Information provided in response to this RFI must be submitted no later than 4:00 PM (Eastern Time) on November 30th, 2010, in the form of an electronic "white paper." Please note that the collection of this data does not obligate the U.S. Government to the incorporation of the provided information nor does it obligate the Government to the procurement of the services. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Responses to this RFI will not be returned. The white paper document shall be limited to 10 pages. Government technical experts drawn from DHS staff and other federal agencies may review responses to this RFI. The Government may use selected support contractor personnel to assist in the evaluation. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information. Responders are encouraged to avoid use of excessive marketing lexicon, submission of fancy brochures and other unnecessary sales literature. Responders are to describe in clear and concise language their company's capabilities to meet the requirements of this RFI. DHS appreciates responses from all capable and qualified sources, including but not limited to, private or public companies, universities, Federally Funded Research and Development Centers, and national laboratories. Reponses should adhere to the following format and outline instructions: 1. General formatting should include 12 point font, single spaced, single-sided 8.5 x 11 inch paper, with one inch margins. All submissions must be made electronically (as described below), and be in either Adobe PDF or Microsoft Word. 2. Cover Page (one page) a. Title b. Organization c. Responder's technical and administrative points of contact (names, addresses, phones and fax numbers, and email addresses). 3. Technical Approach (up to nine pages) a. Technical Approach: A discussion that addresses one or more of the three objectives listed above. It is not necessary to respond to all three objectives and no additional consideration is given for doing so. Each objective should be addressed in three pages or less. 4. An optional list of citations, publications, or other reference information if available Responses shall be submitted, via e-mail ONLY, to Lisa Louison at Lisa.Louison@dhs.gov. Please be advised that all submissions become the property of DHS, and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/ WirelessBroadbandDemonstrator /listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN02321339-W 20101104/101102234513-78aa7a5b71fcb9b087f0390055fae85f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.