Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOURCES SOUGHT

59 -- Request for Information for Navigational Telex (NAVTEX) capable Medium Frequency (MF) Transmitters for the United States Coast Guard - RFI Word Document

Notice Date
3/6/2017
 
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
HSCG44-17-R-RFI0009
 
Archive Date
4/21/2017
 
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
Word document attached for correct representation of table Request for Information for Navigational Telex (NAVTEX) capable Medium Frequency (MF) Transmitters for the United States Coast Guard HSCG44-17-R-RFI0009 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 medium frequency (MF) radio systems capable of medium-bandwidth data services, and other capabilities identified within this document. MF radio system is comprised of but not limited to the following major components: single channel transmitter, 1 kilowatt power amplifiers, 2 kilowatt power amplifiers, 3 kilowatt power amplifiers, antenna couplers, power supplies, and power conditioners. Information obtained shall be used to document and inform the USCG of existing MF NAVTEX radio system capabilities currently in industry. USCG will use the results received from this RFI to determine interest that may lead to vendors who are capable of meeting stated capabilities and supportability requirements. Responses to this RFI shall assist USCG in determining the availability of commercial radio systems capable of providing reliable NAVTEX data communications in the Medium Frequency radio spectrum (518 kHz) in non-secure mode. USCG anticipates a multi-year integration of these MF systems at various remote shore-based Remote Communications Facilities (RCFs) with NAVTEX service requirements. Anticipate installing approximately 23 transmitters at Communications Command (COMMCOM) Chesapeake, RCF Point Reyes, RCF Miami, RCF, New Orleans, RCF Honolulu, RCF Boston, RCF Charleston, RCF Cambria, RCF Astoria, Sector Puerto Rico, Sector Guam and Communications Detachment Kodiak. In addition, anticipate additional systems for training spares, and spare components.. Threshold Requirements: Availability: The MF NAVTEX system shall be comprised of commercial-off-the-shelf (COTS) products, available for immediate purchase in the United States of America. Standards (must include but is not limited to those listed): 1. 518 kHz - working frequency for NAVTEX transmission. 2. Capable of remote control interface for remote access transmitter control/monitor functions via serial and/or ethernet. 3. Transmission shall be capable being received 200-380 nautical miles out from transmission site given various antenna types listed in Table 1, using standard NAVTEX receivers. 4. Control/Monitoring of automatic tuning unit (ATU). 5. Capable of monitoring antenna current. 6. Emission: F1B 7. Input power compatibility with 120/220 VAC, 50/60Hz, single phase 8. Environmental compliance with MIL-STD-810F and EMI compliance with MIL-STD-461F 9. Software defined and programmable Man Machine Interface (MMI) radio control system that provides control of all radio functions. 10. 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. 11. Manufacturer supplied hardware that allows power efficient coupling/ matching capability with the Coast Guard NAVTEX tower. Transmitter operating frequency 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. Objective Requirements (may include but is not limited to those listed): 1. IP addressable transmitter and able to be operated locally or remotely via PC/ Server-based virtual control. 2. Remotely operated and monitored antenna switching unit. 3. Selectable integrated Forward Error Correction (FEC). 4. Application Program Interface (API) to remotely integrate functionality into existing software. 5. Joint Interoperability Test Command (JITC) certification 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 1,250 employees for North American Industry Classification System (NAICS) Code 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. 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 major system components, 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. What is the mean time between failures of the system (MTBF)?_ iii. Documentation of transmitter, antenna coupler, and power amplifier specifications. 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? c. Warranty terms: i. What are your warranty terms, if any? ii. 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?) iii. 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?) iv. 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 twenty pages in length. Technical documentation and brochures do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on April 6, 2016 to the Contracting Officer, Katherine Kearney, via email at katherine.m.kearney@uscg.mil. All questions regarding this RFI may be referred to the Contracting Officer.   Table 1 Antenna types Type / Height Tower Height Description Xmission Line - Type Air or Foam Xmission Line - Run Length Antenna Lat/Lon LAT LON Tower 300' 2400 SRWD 1 5/8 Helix - Air 41° 42' 57.395" N 76°00.480' W Tower 235' TCI - Tower # 5 - Radiating tower (part of Antenna # 21 structure) 1 5/8 Helix - Air 1675' 36° 43' 45.180" N 76°00.371' W Tower' 259' 259' Sabre Insolated Tower 1 5/8 Helix - Air 1950' 41° 42' 57.395" N 70° 29' 56.219" W Tower 300' Rohn - Radiating tower with climbing ladder/rail system 1 5/8 Helix - Air 2200' 41° 42' 35.580" N 70°29.902' W Tower 300' 2400 SRWD w/ static dissipator system 1 5/8 Helix - Foam 2000' 29° 53' 4.980" N 89°56.737' W Tower 300' 2400 SRWD w/ static dissipator system 1 5/8 Helix - Foam 2300' 29° 53' 3.060" N 89°56.844' W Tower 300' TCI-604 at Building 2 7/8 Helix - Foam 50' 25° 37' 25.620" N 80°23.345' W Tower 300' TCI-604 at Building 3 7/8 Helix - Foam 50' 25° 37' 34.620" N 80°23.008' W Tower 173' 37° 55' 32.420" N 122° 43' 58.631" W Tower 173' 37° 55' 23.763" N 122° 43' 48.324 W Longwire 75' 21° 43' 42.600" N 158° 14' 19.800" W Tower 300' 21° 26' 14.400" N 158° 08' 36.000" W VR-1 600' 3 Helix - Air 2400' 57° 46' 53.655" N 152° 32' 15.145" W LONGWIRE, TYPE "L" 600' length 3 Helix - Air 400' 57° 46' 43.745" N 57° 46' 42.267" N 152° 31' 50.281" W 152° 31' 56.171" W Tower 300' Swager 3655-13-A00 400' 18° 27' 59.921" N 67° 4' 18.658" W Tower/Hybrid Wire 199' LBA Group SAMWAS 13°28'27.948"N 144°50'39.840"E Horizontal Long Wire 55" 315' est 2 pole 2 Wood Poles 7/8 Heliix - Foam 41° 42' 57.395" N 76°00.480' W Long Wire 70' 400' Est3 Pole Long Wire btwn 3 poles 7/8 Helix - Foam 46° 12' 14.308"N 123° 57'22.248"W Tower 300' Rohn 65G90R300 7/8 Helix - Foam 465' N32°50.726' W79°57.059' Tower 300' Rohn 65G90R300 7/8 Helix - Foam 580' N32°50.655' W79°56.975'
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a384ff0c81bcb74410c8c73e53b03ff)
 
Record
SN04424215-W 20170308/170306234524-7a384ff0c81bcb74410c8c73e53b03ff (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.