The RFP Database
New business relationships start here

MULTI-BAND PROJECT 25 (P25) COMPLIANT MOBILE TACTICAL LAND MOBILE RADIOS


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information (RFI)
Command, Control and Communications Engineering Center (C3CEN)
MULTI-BAND PROJECT 25 (P25) COMPLIANT MOBILE TACTICAL LAND MOBILE RADIOS for the United States Coast Guard (USCG); Command Control and Communication Engineering Center (C3CEN) located in Portsmouth, VA

70Z04418RFI000005


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 mobile 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 mobile 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 mobile 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 Tri-Band Mobile radios shall meet the following requirements:
a. Radios shall be enabled for providing transmit and receive services across the following 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 operate on either a 12vDC or 24vDC primary power
c. Radios shall meet Association of Public Safety Communications Officials International (APCO) P25 TIA-102
d. Radios shall be enabled to support AES, DES (OFB & CFB) encryption algorithms
e. Radios shall be capable of programming individual channel operation in P25 conventional or P-25 Trunking mode of operation
f. Radios shall be capable of programming individual channel operation in P-25 digital operation, to include both multiple and split NAC operation.
g. Radios shall be capable of continuously scanning across all bands.
h. Radios shall have options for both Front-Mounted control units and the capability of connecting a minimum of two (2) Remote Control Units.
i. Radios shall have text display with minimum of 2 display lines, with minimum 12 characters per line.
j. Radios shall provide a fixed level audio output, both transmit and receive traffic, to connect to a recording system i.e. Digital Voice Logger (DVL). This output shall be available on a connector on the radio brick.
k. 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.).
l. Radios shall be enabled for common channel (ex: networks) and group configuration (ex: zones)
m. Radios shall be user-programmable (ex: scan list) or communications-manager programmable (ex: Code Plug).
n. Radios shall be capable of programming a minimum of 1000 channels capable of being organized into groups/zones.
o. Radios shall be capable of programming individual analog channel operation, to include both multiple and split CTCSS Tone operation and DCS digital coded squelch.
p. Radios shall support operation in 6.25, 12.5 kHz and 25 kHz channel spacing.
q. 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)
r. Radios shall have audio distortion at 1.5 % or less per EIA 603
s. Radios shall be enabled for manually loading encryption keys through the use of a Motorola KVL3000+ key loader and Motorola KVL4000 key loader or other vendor supplied equivalent common key loading mechanism.
t. Radios shall be compatible with Motorola Key Management Facility (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 the KMF. Radio shall also be capable of being remotely enabled via the KMF and securely reintroduced into the radio network
u. Radios shall have an audible and visual indication that transmissions are in the clear or encrypted mode
v. Radios shall have a "zeroize" function to quickly erase encryption codes
w. Radios shall be capable of supporting a minimum of 48 separate keys as well as multiple key formats to include DES (OFB and CFB) and 256 bit AES
x. Radios shall have selectable infinite TEK retention
y. Radios shall have selectable infinite UKEK retention
z. Radio user shall be able to select clear or secure mode of transmit operation
aa. Radio user shall be able to delete all keys from radio including UKEK (Master Key Dump)
bb. Radios shall have programmable proper code/key detection (mute on improper key)
cc. Radios shall display key name on proper decoded traffic while in receive mode
dd. Radios shall display key name while in transmit mode
ee. Radio user shall be able to select proper key from menu (assuming programmed properly)
ff. Radio user shall be able to select proper key set from menu (assuming programmed properly)
gg. Radios shall be able to support clear only or secure only mode of transmit operation for select channels
hh. Radios shall be enabled for low power/high power, vendors shall provide the minimum transmit power a channel can be programmed to operate at
ii. 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).
jj. Radios shall have both transmitter activation and signal reception indicators
kk. Radios shall have menu control options; specifically, but not limited to: key change selection, key delete, scan, backlight, and audio level set (surveillance).
ll. Radios shall have backlit front panel screen.
mm. Radios shall have squelch override.
nn. 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
oo. Radios shall meet requirement for vibration and shock - TIA-102.CAAA & TIA-102.CAAB and/or Military Standard 810 C, D, E, F and G (vendor shall include documentation of certifications)
pp. Radios shall be capable of interfacing with existing Boat Crew Communications Systems (BCCS) (i.e. GENTEX Littoral Vessel Intercom System (LVIS) model# N100637-14)
qq. Vendor shall provide a list of all Service Manuals, Operator Manuals, Installation Manuals and maintenance software for each radio
rr. Vendor shall provide a list of all programming hardware and cables along with any adapters and special tools required for testing and alignment.
ss. Vendor should provide information on technical, diagnostic, installation, programming and maintenance training courses offered 
tt. REQUIRED RESPONSES:
uu. 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.
vv. The Requirements Worksheet is not included in the page count and is requested to be completed and provided with your response.
ww. Note: See format and page limitations and submission criteria set forth below for additional instructions.
xx. FORMAT & PAGE LIMITATION:
yy. 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.
zz. REQUESTS FOR CLARIFICATION / POINTS OF CONTACT:
aaa. 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:
bbb. Katherine.M.Kearney@uscg.mil
ccc. 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.
ddd. SUBMISSION OF DOCUMENTATION:
eee. 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:
fff. Katherine.M.Kearney@uscg.mil
ggg. PLEASE INCLUDE PRODUCT LITERATURE, NARRATIVE, CATALOG, PUBLISHED PRICE LIST AND ANY OTHER DOCUMENTS DEEMED NECESSARY.
hhh. ADDITIONAL INFORMATION:
iii. 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.
jjj. 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 Mobile Radio
AM Amplitude Modulation ELT Electronic Locator Transmitter
AMIO Alien Migration Interdiction Operation EMCON Emission Control
Ao Operational Availability EMICP Enhanced Mobile 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 Mobile 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 Mobile 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.


 


Katherine Marie Kearney, Contract Specialist, Phone 7572952280, Email katherine.m.kearney@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP