SOURCES SOUGHT
58 -- Request for Information for Commercially Available Microwave Radios and Installation Services
- Notice Date
- 10/22/2018
- 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
- 70Z04419RFI000003
- 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 and Installation Services 70Z04419RFI000003 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 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 regarding the procurement of equipment and services to replace the following microwave links at remote, unmanned sites in Alaska (approximate list): 1. Akhiok to Sitkinak Dome 2. Cape Gull to Raspberry Island 3. Middle Cape to Akhiok 4. Diamond Ridge to Bede Mountain 5. Seward to Rugged Island 6. Dillingham to Tuklung Mountain 7. Point Pigot to Naked Island 8. Naked Island, to Cape Hinchinbrook 9. Naked Island to Potato Point 10. Pillar Mountain to Marmot Island 11. Potato Point to Valdez 12. Yakutat to Deception Hills 13. Robert Barron to Lena Point 14. Cape Spencer to Althorp Peak 15. Duffield to Mud Bay 16. Gunnuk to Cape Fanshaw 17. Port Alexander to Mount McArthur 18. Zarembo to Kashevarof 19. Hydaburg to Sukkwan Island 20. Gravina Island to Ketchikan 21. Metlakatla to Duke Island A microwave link consists of a pair of microwave antennas, transmit/receive modules, and all of the cabling, connectors, etc. associated with mounting and connecting the system to the existing infrastructure. Contracted personnel will be expected to provide and install equipment that meets the specifications below. In addition, approximately two to four microwave suites will be needed for spare parts and in-house testing purposes. The replacement of all links should be completed by the end of year 2023, preferably, at a rate of at least five links per year. 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. 4.9GHz (licensed) f. 256 bit encryption capable g. FIPS 140-2 compliance h. Options to connect to high-gain, dual polarization Parabolic Reflector Antenna with "N" type connectors INTERFACE SPECIFICATIONS a. Ethernet 802.3 b. >= Quantity 8 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. INSTALLATION REQUIREMENTS a. The contractor shall configure, optimize, and troubleshoot microwave wireless Wide Area Network (WAN) equipment per CG specification. Contractor shall report configuration settings to System Engineer (SE) and COR. b. The Contractor shall configure devices to connect to the network in accordance with CG, Cyber, and Industry Standards. c. The Contractor shall maintain the IP address scheme for the equipment. An updated copy shall be delivered to the Coast Guard System Engineer and COR within five (5) days of changes. d. The Contractor shall participate in network (Ethernet and T1 interfaces) engineering testing. This is to include drafting test plans, regression testing, executing Government approved test plans, and reporting test results in accordance with the defined schedule. Test results to include any issues or unexpected results e. The Contractor shall assist the Government in completing site surveys as required to maintain network system documentation and in preparation for system installation and de-installation. The Contractor shall deliver site survey reports to the COR for review. Site survey reports shall include an estimate of microwave link performance from existing tower locations and proposed antenna elevations. Report shall also include recommendations on antennas required to achieve an availability of 99.995% in Alaska weather conditions. TOWER CLIMBING REQUIREMENTS a. It is the responsibility of the Contractor to ensure their employees are properly tower climbing qualified before they ascend. b. The Contractor shall comply with all Occupational, Safety, and Health Administration (OSHA) standards for tower climbing safety. c. Safety equipment shall meet the requirements of 29 CFR 1926.251, rigging equipment for material handling. d. In addition to the OSHA standards, the Contractor shall comply with COMDINST 11000.4 Coast Guard Tower Manual. e. The Contractor shall be responsible for their own tower climbing equipment maintained to Occupational Safety & Health Administration (OSHA) standards. The Contractor shall ensure that the delivered tower climbing personal protection equipment (PPE) meets all standards and guidelines provided in this contract and in applicable regulations and directives (OSHA standards, etc). f. The Contractor shall ensure that any person climbing a tower to perform any task under this PWS has signed and returned a Waiver and Release of Liability Form from their contractor's company referring this task order, to the COR prior to commencement of work by that person. g. The Contractor shall ensure employees maintain tower climbing currency at Contractor's expense. h. The Contractor shall provide a certification that each climber has successfully completed a Tower Climbing Safety & Rescue course to the COR prior to any person climbing a tower to perform any task under this PWS. i. The Contractor shall coordinate with the tower owner to acquire permission to climb. 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 product 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? 15. Do you offer installation services? Describe how your company could meet the installation requirements. Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) 16. What are your warranty terms on your installation services, if any? What is your standard warranty practice on installation services? 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 21 November 2018 to the Contract Specialist, Katherine.M.Kearney@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/09707162e3d8dcb90ce4a746e342f43c)
- Place of Performance
- Address: Various locations in Alaska, United States
- Record
- SN05131155-W 20181024/181022230543-09707162e3d8dcb90ce4a746e342f43c (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 |