SOURCES SOUGHT
58 -- Request for Informaiton for Commercially Available Microwave Radios
- Notice Date
- 11/22/2016
- 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
- HSCG44-17-R-RFI0004
- 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
- Request for Information for Commercially Available Microwave Radios HSCG44-17-R-RFI0004 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. Requirement: The Department of Homeland Security, U.S. Coast Guard, Command, Control, and Communications Engineering Center (USCG C3CEN) requests information on the availability of commercial microwave radios capable of providing connectivity to and from remote, unmanned sites in Alaska. Microwave radios are connected point-to-point and sometimes function as repeaters at linking sites. Microwave radios must meet or exceed the following requirements: PERFORMANCE SPECIFICATIONS a. Range: >= 60 nautical miles point-to-point b. Throughput: >= 40 Mbps c. Latency <= 10 msec d. Dual polarization (horizontal and vertical) e. 4.5GHz (licensed) f. 256 bit encryption capable g. Options to connect to Parabolic Reflector Antenna with "N" type connector INTERFACE SPECIFICATIONS a. Ethernet 802.3 b. >= Quantity 6 T1 interfaces (must support channelization) c. Remote configuration and monitoring (via Ethernet port) d. User authentication support (describe implementation) PHYSICAL SPECIFICATIONS (MIL-STD-810G) a. High wind (survival) >= 200 mph b. Intrusion >= IP63 c. Low operating temperature <= -40C d. Minimum cable distance indoor equipment to antenna >= 100m e. Weight on tower <= 10kg (excludes high gain antenna if required for long distance operation) f. Power consumption <= 50W ( 48VDC, 60 Hz) g. Remote programming and updating h. Remote performance and status monitoring The Coast Guard requests information on 3rd party test data, if available, for microwave radios meeting the performance specifications listed above. LOGISTICS SUPPORT In our experience, based on historical data, microwave 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]). CAPABILITIES BRIEF If your company is interested in this RFI, please provide a capabilities brief including: company name, address, phone, Point of Contact (POC), email, and phone, DUNS #, NAICS code, size of business, and any other pertinent information. The NAICS Codes for this solicitation is 334220 - Radio and Television Broadcasting and Wireless Communications Equipment. 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/ 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. 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.) 3. Do you offer a commercial produce that meets the requirement as stated? (is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) 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. Existing technical documentation and brochures are welcome as attachments, as well as product catalogs and price lists. 13. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data). 14. What is your commercial practice for Technical Support? 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. 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 December 19, 2016 to the Contract Specialist, Katherine.M.Kearney@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5daab9bed8998366b1a251212c9c5289)
- Record
- SN04334002-W 20161124/161122234208-5daab9bed8998366b1a251212c9c5289 (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 |