SOURCES SOUGHT
58 -- MULTI-BAND PROJECT 25 (P25) COMPLIANT PORTABLE TACTICAL LAND MOBILE RADIOS - Requirements Evaluation Worksheet
- Notice Date
- 10/26/2017
- 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
- 70Z04418RFI000003
- 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
- Requirements Evaluation worksheet to be completed Request for Information (RFI) Command, Control and Communications Engineering Center (C3CEN) 70Z04418RFI000003 MULTI-BAND PROJECT 25 (P25) COMPLIANT PORTABLE TACTICAL LAND MOBILE RADIOS for the United States Coast Guard (USCG); Command Control and Communication Engineering Center (C3CEN) located in Portsmouth, VA MARKET RESEARCH CONTRACTING OFFICE ADDRESS The United States Coast Guard (USCG), Command, Control and Communications Engineering Center (C3CEN), 4000 Coast Guard Blvd., Portsmouth, Virginia. GENERAL INFORMATION The USCG, as a member of the Department of Homeland Security (DHS), invites industry to respond to this Request for Information (RFI). This RFI is not a request for competitive proposals. This RFI does not constitute a commitment, implied or otherwise, that the USCG will take procurement action in this matter. Further, neither the USCG nor the Government will be responsible for any cost incurred in furnishing this information. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. 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 (RFP) or a Request For Quotations (RFQ), and it is not 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. The purpose of this contract is for the purchase of multi-band, P25 compliant portable tactical LMRs for use by USCG units throughout the Coast Guard to align assets for full interoperability with the Customs and Border Protection (CBP) and Rescue 21 infrastructure. Information obtained shall be used to make decisions regarding the availability of multi-band, P25 compliant portable tactical LMRs and their interfacing abilities with existing systems meeting commercial and military standards. The 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. It is requested that submission responses to this RFI contain pertinent information regarding multi-band, P25 compliant portable tactical LMRs capabilities, specifications, design names/descriptions, applications and other remarks pertaining to remote communications capabilities, warranty, technical support, expected life-cycle i.e. projected end-of-sale, end-of-life and end-of-support and other pertinent information. 1. Requirements: The Multi-Band P25 Compliant Portable radios shall meet the following requirements: a. Radios shall be enabled for providing transmit and receive services across all LMR frequency bands: i. VHF band (136 - 174 MHz) ii. UHF Band (380 - 520 MHz) iii. 700/800 MHz band (762 - 870 MHz) b. Radios shall meet Association of Public Safety Communications Officials International (APCO) P25 TIA-102 c. Radios shall be enabled to support AES, DES (OFB & CFB) encryption algorithms d. Radios shall be capable of programming individual channel operation in P25 conventional or P-25 trunking mode of operation e. Radios shall be capable of programming individual channel operation in P-25 digital operation, to include both multiple and split NAC operation f. Radios shall be capable of scanning any channel programmed into the radio g. Radios shall have text display with minimum of 2 display lines, with minimum 12 characters per line h. Radios shall be enabled for clear and audible transmit/receive operation in high-noise and/or full-exposure environments (e.g. small boat at speed along with wind & engine noise; rotary- wing aircraft, etc.) i. Radios shall be enabled for common channel (ex: networks) and group configuration (ex: zones) j. Radios shall be user-programmable (ex: scan list) or communications-manager programmable (ex: Code Plug). k. Radios shall be capable of programming a minimum of 1000 channels capable of being organized into groups/zones l. Radios shall be capable of programming individual analog channel operation, to include both multiple and split CTCSS Tone operation and DCS digital coded squelch m. Radios shall support operation in 6.25 kHz, 12.5 kHz and 25 kHz channel spacing n. Radios shall have FM Hum and Noise equal to or less than 48 dB for 20/25 kHz channels, equal to or less than 42 dB for 12.5 kHz channels (transmit & receive) o. Radios shall have audio distortion at 1.5 % or less per EIA 603 p. Radios shall be enabled for manually loading encryption keys through the use of a Motorola KVL3000+ and Motorola KVL4000 key loader or other vendor supplied equivalent common key loading mechanism q. Radios shall be compatible with the Motorola KMF and compliant with the TIA/EIA-102 "Over-The-Air-Rekeying (OTAR) Protocol": i. Radio shall be able to receive new encryption keys from the KMF at radio user's request ii. Radios shall receive new encryption keys from the KMF at the KMF operator's request iii. Radios shall remove encryption keys from the radio at the KMF operator's request iv. Radios shall receive new encryption keys from a KVL that has been loaded from the KMF v. Radios shall be enabled to remove encryption keys from the radio via a KVL vi. Radios shall properly acknowledge a KMF clear "hello" message vii. Radios shall properly acknowledge a KMF encrypted "hello" message viii. Radios shall properly respond to Remote Zero message from KMF. This is defined as all keys are removed from the radio including the UKEK. This is similar function to manual Key Dump ix. Radios shall be capable of being securely shut down (i.e. "Remote Inhibit") over-the-air via a Motorola KMF. Radio shall also be capable of being remotely enabled via the Motorola KMF securely reintroduced into the radio network r. Radios shall have an aural and visual indication that transmissions are in the clear or encrypted mode s. Radios shall have a "zeroize" function to quickly erase encryption codes t. Radios shall be capable of supporting a minimum of 48 separate keys as well as multiple keys formats to include DES (OFB and CFB) and 256 bit AES u. Radios shall have selectable infinite TEK retention v. Radios shall have selectable infinite UKEK retention w. Radio user shall be able to select clear or secure mode of transmit operation x. Radio user shall be able to delete all keys from radio including UKEK (Master Key Dump) y. Radios shall have programmable proper code/key detection (mute on improper key) z. Radios shall display key name on proper decoded traffic in receive mode aa. Radios shall display key name in transmit mode bb. Radio user shall be able to select proper key from menu (assuming programmed properly) cc. Radio user shall be able to select proper key set from menu (assuming programmed properly) dd. Radios shall be able to support clear only or secure only mode of transmit operation for select channels ee. Radios shall be enabled for low power/high power operator-selectable functionality ff. Radios shall be able to select output power by two methods: i. Capable of manually selecting configured Hi/Low power for any channel/frequency in the radio ii. Capable of programming a channel/frequency for low power or high power default automatically, with capability to change manually (example: when a channel/frequency configured for low power is selected the radio automatically reduces to low power; however, the operator can select hi power on that same channel/frequency if necessary) gg. Radios shall have both transmitter activation and signal reception indicators hh. Radios shall have menu control options; specifically, but not limited to: key change selection, key delete, scan, backlight, and audio level set (surveillance) ii. Radios shall have backlit front panel screen jj. Radios shall have squelch override kk. Radios shall be compatible with a Vote Scan system ll. Radios shall be compatible with the National Enterprise Land Mobile Radio (ELMR) Infrastructure, Integrated Wireless Network (IWN), USCG R21 Network Infrastructure, and CBP Network Infrastructure mm. Radios shall meet requirement for vibration and shock - TIA-102.CAAA & TIA-102.CAAB and/or Military Standard 810 C, D, E, and F (must include documentation of certifications) nn. Radios shall be rated intrinsically safe by Underwriter Laboratories, Inc. (UL) or Factory Mutual Research Corporation (FMRC) for use in general locations & in hazardous locations. At a minimum, UL or FMRC must rate radios as safe for use in the following hazardous location classifications: i. Classes I, II & III ii. Division 1 and iii. Groups D, F & G, Hazardous (Classified) Locations iv. Non-incendive (i.e. those which may spark under normal operating conditions, but which may not release enough energy to cause ignition) use in Class I, Division 2, Groups A, B, C & D oo. Radios shall permit operator use while the radio is attached to a belt-clip, holster, or other device that leaves the operators hands free. Portable radios shall be enabled for operations with compatible hands-free ancillary devices (e.g. headsets, ear buds, bone microphones, etc.) pp. Radios shall be enabled for modified hands-free operation in conjunction with wearing of a Level-A hazardous material suit for CBRNE/Toxic Industrial Materials (TIM) evolutions (e.g. capable of operation with appropriate cable connected to a headset/throat mic, or a radio switch capable of allowing voice or real-time/always-on duplex operation) (e.g. voiceducer radio interface module with oversized Push-To-Talk (PTT) buttons and/or bone mic.) qq. Remote radio microphones shall be IEC IPx7 compliant rr. Radio shall have visual and audible warning on low battery (assuming proper programming) ss. Batteries supplied shall provide a minimum of 8 hours operation with duty cycle of 5% transmit, 5% receive and 90% standby and shall be resistant to memory effects tt. Radios must rest securely in a battery charger regardless of environment (i.e. heavy seas) uu. Radios shall be provided with a removable flexible whip antenna vv. Radios shall have a status display that includes battery life indicator ww. Radios shall provide option for no-vibration single unit chargers or multi-unit chargers xx. Radios shall have an accessories jack yy. Radios shall provide option for a carry case zz. Vendor shall provide a minimum Warranty of 3 years aaa. Vendor shall provide all Service Manuals, Operator Manuals, Installation Manuals and maintenance software for each radio purchased under this contract to include, be not limited to, programming, diagnostic, tuning and alignment instructions complete with schematic diagrams, descriptions of circuit operation, block diagrams, parts list, maintenance and troubleshooting procedures, technical specifications and any specific configuration information. If the vendor is a distributor, distributor must provide documentation from Original Equipment Manufacturer (OEM) of an agreement to provide this information bbb. Vendor shall provide all programming hardware and cables along with any adapters and any special tools required for testing and alignment ccc. Vendor shall provide any and all upgrades made to the operating firmware in the radios delivered during the course of the contract at no additional cost to the government. This does not include additional options that would be normally purchased as a separate line item such as" P-25 Trunking ". However, this does include, for example, if the radios started on contract with version 5.0 firmware, and firmware updates have been made to 8.0, the upgrade to the delivered radios are available at no additional cost to the government ddd. Vendor shall offer complete technical, diagnostic, Installation, Programming and maintenance training courses 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. If there are areas in the system requirements that your company can not meet, please identify those areas in your response along with the details of why it does not meet the requirements. For those areas that the company cannot meet the specified government requirements, the company will define their capabilities and provide amplifying information as to why they cannot meet the government's request. 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. Size of Business according to North American Industry Classification System (NAICS) Code 334220. 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of your product that might fill this requirement: a. 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.) b. Do you have a proposed upgrade to existing devices and/or propose Form/Fit/Function next-generation devices? Is so what are the life cycles? c. What is the expected Mean Time Between Failures (MTBF) for each component of your proposed solution? d. 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?) e. Do you offer a commercial product that could be modified to fulfill this need? f. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution. g. Do you offer quantity or other discounts to your customers? h. 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 and the actual installation of the components? i. Provide information for any additional charges for special packing and packaging? j. Do you have a commercial catalog for a related group of products or services? k. What is your average delivery lead time for this type of product? l. Do you expect to offer a new product or service sometime in the future that might affect this requirement? m. Do you provide spare part kits? (If so, can you identify the single points of failure and the price associated with these items) n. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item. o. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. p. A "commented" version of the Requirements Evaluation Worksheet (Attachment 1) to be returned as an attachment. q. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data) r. Provide description of any built in test feature, a flow chart of the system analysis, and a list of the circuit card or assembly level bit resolution. s. What is your commercial practice for Software and Hardware upgrades? Is there an additional cost to the consumer for firmware upgrades? t. What is your commercial practice for Technical Support? u. What is your operational life cycle? Repairable life cycle? REQUIRED RESPONSES: Limit RFI responses to 10, single-sided, single-spaced pages. Responses must be unclassified. Any proprietary information provided must be marked to protect such data. The Requirements Worksheet is not included in the page count and is requested to be completed and provided with your response. Note: See format and page limitations and submission criteria set forth below for additional instructions. FORMAT & PAGE LIMITATION: Your submittal should be provided on standard letter size 8-1/2 by 11 inch paper, limited to a maximum of 10, single-sided, single-spaced pages. The font for text should be Times New Roman 12-point or larger. The Responder may use oversized pages (including "foldouts") where appropriate to contain graphic presentations. Oversized pages do not count as extra pages within the page limitations. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Existing commercial documentation and product literature can also be submitted and is not subject to a page limitation. REQUESTS FOR CLARIFICATION / POINTS OF CONTACT: A Responder may request clarification in writing from the Contracting Office for any requirement that is unclear by sending an e-mail to the Contracting Points of Contact below: Katherine.M.Kearney@uscg.mil Any requests for clarification must be received no later than the close of business (4:00PM, EDT), seven (7) business days prior to the close of this RFI in order to receive a timely response. Interested Responders are encouraged to periodically check the website during the response period for clarifications. SUBMISSION OF DOCUMENTATION: Responses to this RFI shall be submitted in Microsoft Word or Adobe Acrobat format, delivered as an attachment to an electronic mail (e-mail) submission. Address the e-mail to the following: Katherine.M.Kearney@uscg.mil PLEASE INCLUDE PRODUCT LITERATURE, NARRATIVE, CATALOG, PUBLISHED PRICE LIST AND ANY OTHER DOCUMENTS DEEMED NECESSARY. ADDITIONAL INFORMATION: All responsible sources may submit information in response to this RFI. Responses to this RFI are due no later than 27 November 2017. If late information is received, it may be considered by the Government reviewers, depending on agency time constraints. Please note: The Government is not required to provide feedback to RFI Responders.     15. GOVERNMENT TERMS AND ACROMYMS Acronym Description Acronym Description AES Advanced Encryption Standard EO/IR Electro-Optical/Infrared AIS Automatic Identification System ELMR Enhanced Land Portable Radio AM Amplitude Modulation ELT Electronic Locator Transmitter AMIO Alien Migration Interdiction Operation EMCON Emission Control Ao Operational Availability EMICP Enhanced Portable Incident Command Post AOR Area of Responsibility EPIRB Emergency Positioning Indicating Radio Beacon APCO Association of Public Safety Communications Officials FBB Fleet Broadband ATON Aids to Navigation FIPS Federal Information Processing Standard BCCS Boat Crew Communications System FM Frequency Modulation BFT Blue Force Tracking FMRC Factory Mutual Research Corp. C2 Command & Control FMSNU Flight Management System & Navigation Unit C4&IT Command, Control, Communications, Computers & Information Technology GHz Gigahertz CAMS Communications Area Master Station GMDSS Global Maritime Distress & Safety System CBP Customs & Border Protection IEC International ElectroTechnical Commission CFB Cipher Feedback IAW In Accordance With CO Commanding Officer IFF Identify, Friend or Foe COMSATCOM Commercial Satellite Communications IOC/C21 Interagency Operations Center/Command 21 CONOPS Concept of Operations IMO International Maritime Organization COOP Continuity of Operations Plan ITU International Telecommunications Union DES Data Encryption Standard IWN Integrated Wireless Network DF Direction Finding JTRS Joint Tactical Radio System DGPS Differential Global Positioning System NSA National Security Agency DHS Department of Homeland Security OFB Output FeedBack DoD Department of Defense OGA Other Government Agencies DOG Deployable Operations Group ORD Operational Requirements Document DSC Digital Selective Calling OTAR Over-The-Air-Rekey Acronym Description Acronym Description DSF Deployable Specialized Forces OTAP Over-The-Air-Programming DVR Digital Voice Recorder OTAT Over-The-Air-Transfer EAB Enterprise Architecture Board PC Portable Computer E-AIS Encrypted Automatic Identification System PFPS Portable Flight Planning System ECINS Electronic Charting & Integrated Navigation System PLB Personnel Locator Beacon ECS Electronic Charting System PORD Preliminary Operational Requirements Document ECDIS Electronic Chart Display Information System PSU Port Security Unit KMF Key Management Facility PTT Push-To-Talk KPP Key Performance Parameter R21 Rescue 21 KVL Key Variable Loader RMS Root Mean Square LOB Line of Bearing SAR Search & Rescue LOS Line-Of-Sight SBU Sensitive But Unclassified MCV Portable Communications Vehicle SCC Sector Command Center MHz Megahertz SSAS Ship Security Alerting System MKD Minimum Keyboard & Display STEDS Sensitive But Unclassified Tactical Exchange Display MMSI Maritime Portable Service Identifier TIA Telecommunications Industry Association MSST Maritime Safety & Security Team UHF Ultra High Frequency MSRT Maritime Security Response Team UL Underwriter Laboratories, Inc. NAIS Nationwide Automatic Identification System VAC Voltage Alternating Current NLECC National Law Enforcement Command Center VDC Voltage Direct Current NM Nautical Mile VHF Very High Frequency NMEA National Maritime Electronics Assoc.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/49fa0880d8fa126bfe5e06d2eff41d65)
- Record
- SN04723499-W 20171028/171026230710-49fa0880d8fa126bfe5e06d2eff41d65 (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 |