Commercial Satellite Communication (COMSATCOM) Infrastructure Modernization - [“NextGen” Cutter Connectivity]

expired opportunity(Expired)
From: Federal Government(Federal)
70Z079-20-RFI-PT1003

Basic Details

started - 28 Jul, 2020 (about 3 years ago)

Start Date

28 Jul, 2020 (about 3 years ago)
due - 27 Aug, 2020 (about 3 years ago)

Due Date

27 Aug, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
70Z079-20-RFI-PT1003

Identifier

70Z079-20-RFI-PT1003
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34402)US COAST GUARD (24494)C5I DIVISION 1 ALEXANDRIA (97)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

USCG RFI #: 70Z079-20-RFI-2121791PT1003Title: Commercial Satellite Communication (COMSATCOM) Infrastructure Modernization - [“NextGen” Cutter Connectivity]The USCG is conducting market research to seek sources and to gain knowledge on industry’s capability to provide a turn-key (managed services) solution for commercial satellite communications (COMSATCOM) services for IP data and Voice over IP (VoIP).NOTE: THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. IT IS NOT A SOLICITATION; NOR IS IT A PROMISE TO ISSUE A SOLICITATION. This RFI does not commit the Government to contract for any supply or service. Presently, the Department of Homeland Security (DHS) and the United States Coast Guard (USCG) are not seeking proposals. Offerors are advised that the U.S. Government will not pay any cost incurred in response to this RFI; and that all associated costs shall be the sole responsibility of the interested party. While Offerors are strongly
encouraged to submit a response, deciding not to do so does not preclude participation in any future solicitations.The information provided in this RFI is subject to change and is not binding upon the Government. All submissions will become the property of the Federal Government, and will not be returned to the Offeror. Also, other than acknowledgment of receipt, if requested by the Offeror, those who respond to this RFI should anticipate no feedback with regard to its submission.1.0 PURPOSE AND OBJECTIVESThis is a RFI to identify available offerings for equipment and services; this is a new requirement. The USCG is looking for industry to submit information on the following as it relates to the required capabilities identified below in Section 2.0. The USCG is also seeking feedback on the attached Statement of Objectives.Industry’s ability to meet requirements with a turn-key  (managed service) solutionTerminal designs and network capabilitiesPhysical characteristics:  how to accommodate multiple ship classesSpeed & Capacity:  available data exchange rates; volume limits/capsService Density:  ability for multiple ships to operate in highly contended regions with minimal data exchange degradationInnovations in technology to meet high-latitude data connectivity requirements (Polar Connectivity)Industry’s Best Practices/Approaches to meeting DoD/DHS cybersecurity requirementsTypical labor categories and staffing estimates: Program Management, hardware installation/support, NOC support, etc.Pricing/service arrangements available to the USCG if capable of supporting USCG operations, as well as contract vehicles available to the USCG for procuring these services.2.0 DESCRIPTIONUSCG is considering plans to procure a managed service solution that includes all necessary materials, equipment, and labor for a turn-key (managed services) solution for commercial satellite communications (COMSATCOM) services for IP data and Voice over IP (VoIP), which shall include, but are not limited to, satellite bandwidth, terrestrial network backhaul, 24/7/365 network monitoring, management and on-call troubleshooting assistance, and hardware warranty support.[See Exhibit A – DRAFT Statement of Objective (SOO) for details. The DRAFT is for informational purposes only; IT IS NOT A SOLICITATION FOR SERVICES.]REQUIRED CAPABILITIES:The USCG conducts global operations at sea and on land, requiring COMSATCOM hardware and services to enable cutters and shore-based contingency assets to connect to the USCG’s enterprise data network, internet, and to place voice calls to the public switched telephone network (PSTN).  The USCG currently uses multiple Ku-band and L-band solutions to provide enterprise network connectivity to its cutters, mobile contingency response vehicles, deployable contingency communications kits, and fixed land-based contingency circuits.  A vendor-provided Multiprotocol Label Switching (MPLS) network transports the data from the vendor’s commercial teleports and backhauls it to three USCG Points of Presence.The USCG is seeking information on the availability of hardware and end-to-end service offerings that meet the stated capabilities listed below:2.1 SATCOM Termincal - The USCG requires marine and mobile SATCOM terminals and ancillary equipment to include single and dual antenna configurations (to mitigate mast blockage), antenna controllers, satellite routers/modems, and arbitrators (for dual antenna systems). The USCG uses COMSATCOM terminals on twelve (12) cutter classes which range from 87 feet to 420 feet in length. Four antenna variants are currently used as shown below.  In some cases cutters have both Ku and L-band systems installed to support the required worldwide connectivity capability.TERMINALS:Sm Ku Terminal: Ant. Size: 60 Cm; Ant. Wt. 60lbs.Lg Ku Terminal: Ant. Size: 1.0 M; Ant. Wt. 222 lbs.IceBrkr Ku Terminal: Ant. Size: 1.2 M; Ant. Wt. 300 lbs.L-Band Terminal: Ant. Size: 60 Cm; Ant. Wt. 40 lbs.Offerors should note that size and weight, especially topside, are constrained on many of these cutters; information regarding antenna size and weight will be helpful in determining project cost, schedule, and performance risks.2.2 Global broadband Internet Protocol (IP) connectivity - The USCG requires high throughput connectivity to support USCG Cutters operating around the world. USCG cutters require reliable, high-speed network connectivity in coastal and deep ocean “blue water” regions. Additionally, some cutters, including Medium and Heavy Polar Icebreakers, require a pole-to-pole satellite communications solution to provide connectivity in the high latitude polar regions (greater than 65-degrees latitude, north and south).2.3 Voice-Over-Internet-Protocol (VOIP) - In addition to the IP service described above, the USCG requires two voice lines for every system providing international and domestic voice call capability via VOIP enabled phones.2.4 Backhaul Services - The USCG requires secure, dedicated terrestrial network backhaul services between the Vendor’s teleport facilities and the USCG’s three (3) CGOne network Points of Presence located at:2.4.1 - USCG C5I Service Center – Alexandria:  7323 Telegraph Road, Alexandria, Virginia, 20598.2.4.2 - USCG C5I Service Center – Kearneysville:  408 Coast Guard Drive, Kearneysville, WV, 25430.2.4.3 - USCG Base Alameda:  Coast Guard Island, Alameda, CA, 94501.The terrestrial network should be capable of supporting approximately 200 total systems (actual quantities may vary), with approximately 30% of those active at any given time.  This service shall have an availability of 99.8%.  For redundancy/availability purposes, each of the terrestrial backhaul circuits shall be capable of supporting the total aggregate bandwidth from a minimum of 60 active terminals.2.5 Support Services - The USCG requires 24/7/365 monitoring of performance and security of the entire COMSATCOM network, including each of the mobile terminals, satellite teleports, and terrestrial backhaul circuits.  The USCG requires 24x7x365 technical support, including on-call telephone troubleshooting support for individual mobile units and for the service as a whole.2.6 Hardware Support - The USCG requires hardware troubleshooting support, to include 24/7/356 on-call telephone support for hardware troubleshooting assistance as well as hardware replacement and repair options.3.0 RFI RESPONSE INSTRUCTIONSThe USCG is looking for industry to submit information regarding the objectives of this RFI identified in Section 1.0 and the required capabilities identified Section 2.0. The USCG is also seeking questions, comments, and concerns on the attached Statement of Objectives.Only electronic submissions will be accepted.  Electronic files larger than 5 MB shall be broken down into multiple files with no one file exceeding 5 MB.  Each electronic submission shall include:The RFI number in the subject line.The file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.) in the subject line, if submission includes more than one electronic emailA Point of Contact (POC), phone number and email address of the person (in the body of the email) to be contacted regarding any correspondence between the Government and the Vendor.  The POC shall be capable of addressing questions or issues associated with the submission and content of the RFIA brief summary of email content, vendor name and the firm’s mailing addressInterested parties having the expertise and capabilities are invited to submit detailed information discussing their capabilities to Mr. Darron L. Kenley, Contract Specialist, at the following address, Darron.L.Kenley@uscg.mil by 3:00 PM (EST) on August 27, 2020.Questions Deadline:Submit all questions to Mr. Darron L. Kenley via email at Darron.L.Kenley@uscg.mil no later than 12:00 PM (EST) on August 14, 2020.IMPORTANT NOTE: Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.  To aid DHS, please segregate proprietary information.  Please be advised that all submissions become the property of the Federal Government, and will not be returned.  Responses to this RFI may be evaluated by Government technical experts drawn from staff within DHS and other Federal agencies. The Government reserves the right to utilize vendor support in the evaluation process. All vendors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information.  This action will be governed under DHS law enforcement sensitive guidelines.

7323 TELEGRAPH RD  ALEXANDRIA , VA 22310  USALocation

Place Of Performance : 7323 TELEGRAPH RD ALEXANDRIA , VA 22310 USA

Country : United StatesState : Virginia

You may also like

Last User Connectivity

Due: 28 Feb, 2027 (in about 2 years)Agency: All Using Agencies

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 517410Satellite Telecommunications
pscCode D304