SOURCES SOUGHT
59 -- Wireless Internet Protocol (IP) Mesh Products RFI
- Notice Date
- 12/11/2012
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-13-R-00013
- Point of Contact
- Kimberly Hodge, Phone: 2024470514, Ken Arena, Phone: 2024470127
- E-Mail Address
-
kimberly.hodge@hq.dhs.gov, kenneth.arena@hq.dhs.gov
(kimberly.hodge@hq.dhs.gov, kenneth.arena@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION TITLE: Wireless Internet Protocol (IP) Mesh Products Issuance Date: December 11, 2012 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - if a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. DHS is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government, and will not be returned. 1.0 DESCRIPTION The Department of Homeland Security (DHS) is seeking information on the current and near-term availability of Wireless Internet Protocol (IP) Mesh transceivers for the transmission of video and other data by Federal law enforcement agencies. The transceivers of interest should be capable of self-forming and self-healing into a mobile network and providing non-line-of-site wireless coverage. Transceivers of interest should operate in authorized Federal Government only radio spectrum and provide up to 256 AES encryption. Referenced products should be currently available or available in the near term (NLT January 2014). 2.0 PURPOSE OF THIS RFI Through this RFI, DHS is seeking responses to determine the capability of the market to provide products that will meet authorized covert Federal law enforcement investigation objectives. 3.0 CAPABILITY STATEMENT SUBMISSION Interested parties are requested to submit a Capability Statement addressing the following: 3.1 White paper (10 pages maximum) outlining the offer's capability to provide Wireless IP Mesh transceivers for the transmission of video and other data in a self forming, self healing, and mobile network. Discussion should include overview of the possible solutions, relevant standards, and compatibility with other digital RF technologies. Key characteristics include: • Structure of the mesh network supported, e.g. chained, star, random, or combination • Scalability of solution o Number of IP or composite video cameras that can operate at greater than 18 Frames Per Second (FPS) and at preferred 30 FPS per node per RF Bandwidth mode • Supported modulation waveforms • RF bandwidth modes o Bandwidth required providing full frame video (30 FPS) per IP or composite video camera • Available frequency bands (current and planned) • Level of Integration with other technologies, e.g. video encoding schemes, audio technologies such as Land mobile radio, GPS, and other locating technologies • Operational performance in a fixed and mobile environment including indoor and outdoor environments • Available software for configuration, operation, and maintenance of systems once deployed • Interoperability and compatibility with current digital equipment, e.g. digital video cameras, receivers, audio gateways, etc. 3.2 Product and Description (Two (2) page maximum for each Product. All page limitations are based on single sided pages, 8.5 x 11 inch paper, single spaced, with 12 point Arial or Times New Roman font and 1 inch margins.) Identify the products by providing the product name and description(s). Provide a brief summary of salient product characteristics and the key characteristics including: • Supported modulation waveforms • RF bandwidth modes o Bandwidth required providing full frame video (30 FPS) per IP or composite video camera • Available frequency bands • Antenna configurations (MIMO) • Level of encryption • Device(s) volume/weight • Integration of other technologies, e.g. video encoding schemes, audio technologies such as Land mobile radio, GPS, and other locating technologies • Operation in a fixed and mobile environment including indoor and outdoor environments • Interoperability and compatibility with current digital equipment, e.g. digital video cameras, receivers, audio gateways, etc. • RF operating range including estimated distance between nodes at transmitter power level. • Level of maturity of the proposed technology, e.g. fielded or 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.) • Rough order of magnitude (ROM) cost per unit fully operational with all base and required options 3.3 Vendor Capabilities (Two (2) page maximum) Define Vendor capabilities and resources available to provide the following: a. Production - Vendor facility and manpower capacity and limitations in meeting Government production requirements under a five year multi-million dollar, multi-agency IDIQ contract b. Engineering - product modification for covert concealments c. Training - instruction in proper product use and troubleshooting d. Maintenance - product repair or preventive maintenance, when needed e. Warranty - standard product warranty 3.4 Vendor Information - Security/Size of Firm (One (1) page maximum) a. Security - Vendor's current security clearance level or ability to acquire security clearances for production and contractor personnel in a timely manner. b. Size of Firm - number of employees, total revenue for FY2012 and estimated for FY2013, and size standard in accordance with FAR Part 19  Small Businesses Only - If you are a small business in accordance with FAR Part 19, provide a brief explanation of how your firm would meet anticipated production requirements referenced in 3.3.a. above. Solution may include teaming arrangements, etc. If the response requires teaming the respondents should include that information in the response. Product catalogs and product roadmaps may be submitted as an attachment and will not be included in overall Capability Statement page count. 4.0 SUBMISSION INSTRUCTIONS Interested parties are required to address all of the points identified in 3.0 above. Only electronic submissions will be accepted. Electronic files larger than 5 MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include:  RFI number and "Mesh Capability Statement" in the Subject Line.  If the submission includes more than one electronic email, please include the file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.) in the Subject Line.  In the body of the email, include a Point of Contact (POC), phone number and email address of the person to be contacted regarding any correspondence between the Government and the Vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission and content of the Capability Statement.  Include a brief summary of email content, Vendor name and firm's mailing address.  The Capability Statement attachment. Capability Statements shall not exceed the number of pages stated in 3.0 for each topic, excluding Cover Page. All Capability Statements shall be submitted to Kimberly Hodge, Contract Specialist, at the following email address, DHSTechOps@HQ.DHS.Gov no later than 5:00 pm EDT January 11, 2013. Questions regarding this RFI shall be submitted to Kimberly.Hodge@hq.dhs.gov. Please include the words "Mesh RFI Question" in the subject line of your e-mail. The deadline for submitting questions is 5:00 pm EDT December 17, 2012. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid DHS, please segregate and mark proprietary information. Please be advised that all submissions become the property of the Government, and will not be returned. Responses to this RFI may be evaluated by Government technical experts drawn from staff within DHS and other Federal agencies. 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. This action will be governed under DHS law enforcement sensitive guidelines.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-13-R-00013/listing.html)
- Record
- SN02946631-W 20121213/121211234656-e3ee7c555a4bae6bd610e1bef91d4896 (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 |