SOURCES SOUGHT
59 -- Shipboard Automatic Link Establishment (ALE) Compliant High Frequency (HF) Radios for the United States Coast Guard
- Notice Date
- 2/6/2015
- 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
- HSCG44-15-I-RFI001
- Archive Date
- 3/24/2015
- Point of Contact
- Jessica Coltz, Phone: 7576866846
- E-Mail Address
-
jessica.l.coltz@uscg.mil
(jessica.l.coltz@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information for Shipboard Automatic Link Establishment (ALE) Compliant High Frequency (HF) Radios for the United States Coast Guard Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do not request a copy of the solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. General Information: The purpose of this RFI is to obtain information from vendors regarding availability of shipboard High Frequency (HF) radio systems capable of high-bandwidth data services, narrowband legacy waveform transmission/reception, Automatic link establishment (ALE) network and other capabilities identified within this document. Information obtained shall be used to document and inform USCG what HF radio system capabilities currently exist in industry today. USCG will use the results received from this RFI to determine interest that may lead to vendors capable of meeting stated capabilities and supportability requirements. Responses to this RFI shall assist USCG in determining the availability of shipboard radio systems capable of providing reliable data and voice communications in the High Frequency radio spectrum that is interoperable with DHS and DOD assets in secure and non-secure modes. The intended implementation of this HF system is a multi-year integration into all cutters greater than 87' in length that posses a requirement for an HF radio on board. This includes but is not limited to all: 270', 210', 399', and 420' cutters each with multiple HF circuits on board. Technical Requirements: Availability: The shipboard HF radios shall be a commercial-off-the-shelf (COTS) product, available for immediate purchase in the United States of America. Standards (must include but is not limited to those listed): 1. 1.5 - 29.999 MHz operational transceiver frequency 2. Compatible with Cellular Over the Horizon Enforcement Network (COTHEN) 3. 125 watt (peak envelope power) linear power amplifier with operator selectable output level control to provide for a 125W Near Vertical Incidence Sky-Wave (NVIS) antenna configuration and 125W vertical monopole antenna configuration. 4. 1 kilowatt (peak envelope power) linear power amplifier with operator selectable output level control and limited power operation upon module/component failure to provide for a 1kilowatt long haul circuit configuration. 5. Capable of upper sideband (USB), lower sideband (LSB), independent sideband (ISB), continuous waveform (CW), amplitude modulation (AM), and frequency shift keying (FSK) modes of operation available within each transceiver system. 6. Input power compatibility with 120/220 VAC 7. Environmental compliance with MIL-STD-810F and EMI compliance with MIL-STD-461F 8. HF data exchange capability in compliance with MIL-STD-188-110B and STANAG 5066 9. Shall support external Type I & Type III encryption devices for voice and data communications. For Type I RF communications, radio shall be compatible with the encryption used by DOD forces. It must be interoperable with the advanced narrowband digital voice terminal (ANDVT) (KYV-5/KY-99/KY-100) and (KG-84/KG-84A/KG-84C). For Type III communications, radio must be compatible with the Rockwell Collins Digital Voice Privacy Processor (DVP-200) with 256 bit AES firmware version. 10. 2G ALE capable, compliant with MIL-STD-188-141B. 11. 19" shipboard rack mountable equipment that utilizes no more than 30" vertical rack space per 125 watt or 1kilowatt system and weighs less than 200lbs per 1 kilowatt system. 12. Software defined and programmable Man Machine Interface (MMI) radio control system that provides control of all radio functions including ALE operations. 13. Available as supplied as a front panel local control, stand alone remote control and rack mount computer control. HF radio capable of being programmed with both ALE names and frequencies. 14. Automatic upon equipment power on and operator initiated built-in test equipment (BITE) testing that will identify 100% of any hardware fault to the lowest repairable level. 15. Manufacturer supplied hardware that allows power efficient coupling/ matching capability with the Coast Guard grounded half loop, NVIS antenna system throughout the transceiver operating frequency range with a maximum voltage standing wave ratio (VSWR) of 2.0:1 and transmission efficiency greater than 15% while maintaining compliance with MIL-STD-188-141B/C. Additional Standards (may include but is not limited to those listed): 1. Compliance with MIL-STD-188-110C 2. Compliance with MIL-STD-188-141C 3. Support of bandwidths ranging from 3kHz to 24kHz in 3kHz increments allowing user data rates from 75bps to 120kbps. 4. Wideband HF data rate minimum of 19,200bps for carrying real time, full color video and ad hoc internet protocol networking over an HF link. 5. Data and digital voice mixed excitation linear prediction enhanced (MELPe) digital voice with encryption. 6. 3G ALE capable and backwards compatibility to support ALE communications with 2G ALE radios. 7. System capable of upgrade from 2G ALE to 3G ALE after initial installation 8. TADIL A Link 11 and NILE/ Link 22 capability in compliance with MIL-STD-188-203-1A and STANAG 5511/5522 9. Third order inter-modulation products do not exceed -100 dBm. 10. Frequency hopping compliant to STANAG 4444 and HF email/data transfer with Automatic Link Maintenance compliant to STANAG 5066 11. Voice operated (VOS) and RF level squelch functionality. 12. IP addressable transceiver and able to be operated locally or remotely via PC/ Server-based virtual control. Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has the technology, qualifications, experience, and capabilities to satisfy the requirements or submit a response which identifies areas in the system requirements that their company does not meet. 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. Name of Company and DUNS number 2. Point of contact and phone number 3. U.S. Small Business Administration (SBA) Small business Size Standard is 750 employees for North American Industry Classification System (NAICS) Code 334220. Please identify if your company is a Small or Large Business based upon SBA's size standard. If your company is a small business, do you also qualify for other socioeconomic set asides (8(a), SDVOSB, WOSB, EDWOSB, HUBZone)? 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of your product that might fulfill the technical requirements, responses shall address the following: a. Technical Requirements: i. What type of products do you offer that might fill this requirement? (Describe system capabilities & performance, environmental specifications, physical dimensions, power requirements, and remote communications capabilities. Information regarding scalability of the system for use on small to large platforms must be included.) ii. Documentation of transmitter and receiver specifications. iii. Evidence that the radio meets 47 CFR Part 90. This may be in the form of a test report or a letter from a qualified independent testing agency. iv. Evidence that the radio meets 47 CFR Part 80. This may be in the form of a test report or a letter from a qualified independent testing agency. v. Would your company provide software associated with your radio system to USCG for purposes of issuing the documentation as an attachment to a Request for Proposals (RFP) as government furnished information (GFI)? (if applicable) vi. Does your company provide this software for release to any other system manufacturers for production in their systems? Are there any limitations? (if applicable) vii. Solutions/approaches not specifically conforming to the Coast Guard's current requirement may be submitted (i.e. Does your company have a better way of meeting our requirement?). b. Availability and pricing: i. Do you offer these products commercially? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) ii. Do you offer a commercial product that could be modified to fulfill this need? iii. Do you offer quantity or other discounts to your customers? iv. Provide information for any additional charges for special packing and packaging? v. Do you have a commercial catalog for a related group of products or services? vi. What is your average delivery lead time for this type of product? vii. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data) viii. Do you expect to offer a new product or service sometime in the future that might affect this requirement? ix. Do you provide spare part kits? (If so, can you identify the single points of failure and the price associated with these items) x. Do you provide operation and maintenance training? xi. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item? xii. Is your Company either a) an authorized reseller; b) a distributor; or c) the original equipment manufacturer (OEM) for any potential product (i.e ancillary equipment/software) in support of this RFI? If either a. or b., please state the name of the manufacturer you represent and proof as an authorized reseller/distributor or OEM (in other words can your company obtain parts from OEM throughout the life of this requirement?) c. Warranty terms: i. What are your warranty terms, if any? ii. If your Company offers a commercial product(s) capable of meeting the requirements of this RFI, would repairs/modifications be restricted to employees of the OEM, its Authorized Dealers or those trained by the OEM (in other words, would you allow repairs/modifications to be made to the services/product by Government technicians or third party contracted employees?) iii. Is it your company's policy that materials/items procured from your company yet inserted by another vendor into an existing system will void the warranty of your company's materials/items? d. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. Responses must be no longer than fifteen pages in length. Technical documentation and brochures do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on March 9, 2015 to the Contracting Officer, Jessica Coltz, via email at Jessica.L.Coltz@uscg.mil. All questions regarding this RFI may be referred to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e49a89d0c2fdd39974959b8f2908d226)
- Place of Performance
- Address: 4000 Coast Guard Blvd., Portsmouth, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN03635970-W 20150208/150206235052-e49a89d0c2fdd39974959b8f2908d226 (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 |