News

Request for Information for Commercially Available Short-Range Communications Upgrade System (SRCUS)

Type of document: Contract Notice
Country: United States

Request for Information for Commercially Available Short-Range Communications Upgrade System (SRCUS)

Agency:
Department of Homeland Security

Official Address:
Coast Guard Blvd Portsmouth VA 23703

Zip Code:
23703

Contact:
Amanda R. Barraclough, Contract Specialist, Phone 7576382792, Email Amanda.R.Barraclough2@uscg.mil – Jessica L. Coltz, Contracting Officer, Phone 7576866846, Email Jessica.L.Coltz@uscg.mil

Link:

Date Posted:
17/12/2018

Classification:
58

Contract Description:
 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 seeking proposals and will not accept unsolicited proposals at this time. 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: Department of Homeland Security, U.S. Coast Guard, Command, Control, and Communications Engineering Center (C3CEN) has a requirement to procure a new standardized scalable Short Range Communications Upgrade System (SRCUS) II. Several variants of this system will be installed on approximately 2,000 boats, 300 cutters, 25 air stations and 205 shore sites. SRCUS II will be installed on all future boat acquisitions and retrofitted onto legacy boat platforms as the original equipment becomes unsupportable. SRCUS II will operate on surface units assigned to Parent Cutters, Maritime Safety and Security Teams (MSST), Maritime Security Response Team (MSRT), Marine Safety Units (MSU), Aids to Navigation Teams (ANTs) and small boat stations throughout the Coast Guard and will support Coast Guard missions at any geographic locations including the high seas, near shore, harbors, intercoastal areas and inland rivers. Scalability notes a wide range of configuration depending on vessel size and mission.  SRCUS II will also allow for interfacing with other installed electronics equipment including sensors and communications gear.  A SRCUS II consisting of standardized components will aid in logistical management, user and maintainer training and support efficiency.  SRCUS II will support all missions performed by Coast Guard surface assets to include:

•·         Port, Waterways, and Coastal Security

•·         Search and Rescue

•·         Drug Interdiction

•·         Migrant Interdiction

•·         Living Marine Resources

•·         Other Law Enforcement

•·         Marine Safety

•·         Marine Environmental Protection

•·         Defense Readiness

•·         Interoperability with state, local and other Government agencies 

The goal of the USCG through the SRCUS II project is to upgrade the Coast Guard’s short-range communications systems with next generation equipment to fulfill the latest requirements in accordance with DRAFT Specifications included in the RFI posting:

•·         Update the VHF and UHF single band tactical radio (mobile and portable) with next generation, Phase II narrowband capable multi-band radios.

•·         Update the currently fielded marine band Class A & D DSC radios with next generation radios.

•·         Update the currently fielded channel 13 guard and 16 guard receivers with next generation receivers.

•·         Update the UHF-AM Military Air Distress Guard Receiver with next generation receiver.

•·         Update the UHF-AM Military LOS transceiver with next generation transceiver.

•·         Update the VHF-AM Civilian Air Distress Guard Receiver with next generation receiver.

•·         Update the VHF-AM Civilian LOS Transceiver with next generation transceiver.

•·         Update the Tri-Band Marine Grade Antenna with next generation antenna.

•·         Update the VHF Receive Multicoupler with next generation multicoupler.

•·         Update the UHF Marine Grade Antenna (380-490 MHz) with next generation antenna.

•·         Update the UHF Marine Grade Antenna (225-400 MHz) with next generation antenna.

•·         Update the 12 & 24 VDC Power Supplies (20A, 35A & 60A) with next generation power supplies.

•·         Update the Key Variable Loader (KVL) with next generation KVL.

•·         Update the UHF Wireless Internal Communications System (WIC/HYDRA), Handheld radios, repeaters and Uninterruptable Power Supplies (UPS) with next generation equipment.

•·         Maintain compatibility with radio equipment currently in use in Sector Command Centers, Air Stations, low sites, boats and cutters including the ability to OTAR using the Rescue 21 system and capable of  AES 256 grade encryption.

•·         Provide scalable system configuration variants to allow installation across all Coast Guard platforms. 

DRAFT Specifications are being posted to allow prospective offerors to review and provide comments regarding its feasibility.  There are 23 distinct hardware requirements (A-W) listed within the DRAFT Specification Please note, no decisions regarding acquisition strategy including the number of solicitations and contract awards necessary to meet Government requirements have been made.

 

The NAICS Code for this posting is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. 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: .

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 cannot meet, please identify those areas in your response along with the details of why it does not meet the requirements. The proposed SRCUS II requirements are detailed in the DRAFT Specifications.  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. Completion of attached Cover Sheet

6. Description of your product that might fill this requirement:  

  1. What type of products do you offer that might fill the hardware requirements listed in the DRAFT Specification? Please cross-reference your product name/part number to the Hardware Requirement titles through completion of the attached RFI Cover Sheet, i.e. Multi-Band Portable Radio, Multi-Band Mobile Radio,VHF Mobile Radio etc. (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.)
  2. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists.  If available on the internet, web addresses are preferred.
  3. A “commented” version of the DRAFT Specifications may be returned as an attachment.
  4. What is the anticipated end of manufacturing and end of support dates for our product(s)?
  5. What is the expected Mean Time Between Failures for each component of your proposed solution?
  6. 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?)
  7. Do you offer a commercial product that could be modified to fulfill this need?
  8. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution.
  9. Do you offer quantity or other discounts to your customers?
  10. 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?
  11. Provide information for any additional charges for special packing and packaging?
  12. Do you have a commercial catalog for a related group of products or services?
  13. What is your average delivery lead time for this type of product?
  14. Do you expect to offer a new product or service sometime in the future that might affect this requirement?
  15. Do you provide spare part kits? (If so, can you identify the single points of failure and the price associated with these items)
  16. Do you provide operation and maintenance training?
  17. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item.
  18. 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?).
  19. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data)
  20. 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.
  21. What is your commercial practice for Software and Hardware upgrades?
  22. What is your commercial practice for Technical Support?
  23. A statement of the number of radios or equipment the vendor can deliver monthly and the lead time required between receipt of the order and the delivery of radios.

All comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Amanda Barraclough, at Amanda.R.Barraclough2@uscg.mil and Contracting Officer, Jessica Coltz, at Jessica.L.Coltz@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final specifications and acquisition strategy to include the number of solicitations and contracts necessary to meet Government requirements.

Responses must be no longer then 20 pages in length. Technical documentation brochures, and/or a “comments” version of the DRAFT Specifications if included, do not count towards the 20 page limit. Submit your response(s) electronically to Ms. Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil and to Ms. Jessica L. Coltz at Jessica.L.Coltz@uscg.mil.

DO NOT submit removable memory/storage devices or media, such as, flash drives, thumb drives, memory sticks, hard drives, CDs, DVDs, or any other similar devices. USCG policy prohibits the use of removable memory/storage devices or media on USCG workstations and the USCG network.

Total combined file sizes cannot be more than 10MB total per email. Zip files shall not be submitted.

If Specifications and/or Manuals are also available via website link, the Government prefers the website link be provided in lieu of sending full attachments due to Coast Guard Network file size restrictions.

Response Date:
011619

Sol Number:
70Z04419I19SRCUS

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy