Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
MODIFICATION

58 -- REMOTE RADIO INTERFACES

Notice Date
7/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1012R0066
 
Archive Date
8/21/2012
 
Point of Contact
Arthur S Cooper III, Phone: 817-868-8660
 
E-Mail Address
Arthur.Cooper@dhs.gov
(Arthur.Cooper@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Note: This notice was published without allowing INTERESTED VENDORS to add or remove themselves from the INTERESTED VENDOR LIST. An additional notice duplicating this notice (HSBP1012R0066) has been published as HSBP1012R0066a, effective 7/11/2012, which permits the INTERESTED VENDOR capability described above. The RFP documents are attached to the new notice and any subsequent amendments will be attached to the new notice. Interested vendors are encouraged to view the new notice HSBP1012R0066a which includes the INTERESTED VENDOR LIST capability, the RFP, etc. Please contact the Contracting Officer with any questions. NO OTHER CHANGES ************************************************************ US Customs and Border Protection (CBP) is looking for a rugged modular Remote Radio Interface (RRI) device with a small form factor to replace analog digital simultaneous voice and data modems. The RRIs will serve to provide transparent remote connectivity to serial, USB and Ethernet (IP addressable) based devices in the field so that the device can be fully accessed and controlled via analog telephone line or a broadband Ethernet connection. The RRI will provide the capability to simultaneously transport and display control data and any associated audio to the operator. The RRIs will be utilized in areas with varying communication connection capabilities ranging from telephone lines to Ethernet. The RRI shall be backward compatible with serial devices using RS-232 communications protocols (including ICOM PCR 1000 and similar PC controlled radios) and current/forward compatible with devices using USB and Ethernet and/or Fast Ethernet protocols (including ICOM PCR 1500, ICOM PCR 2500, and similar PC controlled radios). The majority of the RRIs will be located in remote locations and must be able to operate in harsh environments involving extreme heat and/or cold. The RRI must operate on low DC voltages (+/- 9-18 VDC, +/- 9 - 24 VDC desired but not required) common to field deployment of other communications equipment that are not necessarily supported by AC mains, such as battery, solar, fuel cell, etc and be energy efficient. CBP's total requirement is for the successful Contractor to manufacture and provide 260 fully operational RRI units, with necessary equipment, accessories, programming, firmware, software, instruction materials, and operator training. The requirement also includes providing CBP with the designs, drawings/schematics, layouts, instructions, firmware, software, other documents and information as required, rights, and any relating required licenses necessary to enable CBP to acquire additional production (beyond the 260 units to be acquired under this contract) from a manufacturer of its choice at a later date (if needed), without incurring further obligation to the Contractor. This data package must be complete such that a new producer will have all necessary information to produce identical units (physically and operationally) using the materials provided, without additional engineering and/or developmental effort. See attached "RRI Requirements" document which provides additional details. CBP is seeking 260 units of a suitable device that is either immediately available or that can be available shortly. CBP requires 10 prototypes in its possession for field testing (First Article Testing) and evaluation within 120 days of contract award or less. CBP will install the 10 prototypes at selected field locations and conduct first article testing and evaluation over a 30 day period. A report shall be issued upon conclusion of the testing. In the event that the prototypes are successful, authorization for continuing production of the remaining 250 units would be given after any required adjustments are made. CBP's initial NAICS selection for this acquisition is 334210, Telephone Apparatus Manufacturing. Other NAICS codes may apply including those listed below. Final determination of appropriate NAICS code will be made at a later date. 334111 Electronic Computer Manufacturing 334119 Other Computer Peripheral Equipment Manufacturing 334220 Communications equipment, mobile and microwave, Earth station, Microwave, Mobile communications, Satellite manufacturing 334290 Other Communications Equipment Manufacturing 541330 Engineering Services 541512 Computer Systems Design Services This acquisition is totally set aside for Small Business Concerns. All inquiries/materials are to be submitted to the Contracting Office for this requirement: US Customs & Border Protection 150 Westpark Way Suite 200, Trade Facilitation & Mission Support - West Euless, TX 76040-3721 Point of Contact Arthur Cooper III, Contracting Officer, Phone 817-868-8660, Fax 817-545-1288, Email Arthur.Cooper@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1012R0066/listing.html)
 
Place of Performance
Address: SIngle Destination to be specified, USA, United States
 
Record
SN02809680-W 20120721/120720001535-3ac9d18b04088cc8eb24da8565033a94 (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.