The RFP Database
New business relationships start here

Radio Dispatch Consoles


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

REQUEST FOR INFORMATION
Forest Service CIO COM/LOS Radio Group

1.0 Description


1.1 The United States Forest Service (USFS) is seeking information from manufacturers who make radio dispatch console solutions capable of meeting the current and projected needs of the Forest Service using the new NIST IPv6 standards for increased security of the FS networks.


1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. IAW FAR 15.209(c) (Federal Acquisition Regulation), the following Provision is included in this RFI, FAR 52.215-3, (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of identifying sources of radio dispatch solutions that will meet NIST standards required to operate securely on the FS Network.


1.3 This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, USFS is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or RFQ, if any is issued.


1.4 Response to this RFI are limited to manufacturers of hardware or software which comprise a substantial and necessary component of the requested solution.


2.0 Background


The US Forest Service operates a system of radio networks across the nation which provide communications to support administrative, project, incident, safety and emergency work of the Agency and its partners. Permanent agency-owned radio systems are in operation on each National Forest and Grassland and are controlled by interagency dispatch centers serving one or more Forests or Grasslands as well as land areas managed by partner agencies, both federal and non-federal. The Forest Service maintains all agency-owned radio equipment, including dispatch equipment, through their Land Mobile Radio group comprised of Government employees with a small amount of contracted support.


Interagency dispatch centers use purpose-build solutions and equipment to control remote RF control stations (base stations). Currently, the Forest Service uses both hardware-based and IP-based dispatch solutions. Base stations are located at both office and mountaintop sites and will generally control two or more repeater stations. The connectivity between the dispatch center and the base stations may be comprised of any combination of 2/4 wire agency-owned copper, 2/4 wire leased lines, telco T1 circuits, microwave links, UHF links, HF links, or IP network. The current radio networks are analog, conventional systems with plans to migrate to phase 1, APCO Project 25. Field radios, both handheld and mobile, are VHF. The current primary method of control is via in-band signaling using tones for base station channel control, shown in Figure 1:

Figure 1: In-band signaling (See attached "RFI Figure 1" for diagram page2)



To transition into and out of IP networks, radio gateway devices are used either for re-creation of analog 2/4 wire signaling, or, for direct control of base stations with discrete connections for audio, PTT, COR, monitor, and channel control. Radio gateways may be located at dispatch centers, office locations, or remote radio sites with no environmental control (HVAC) or commercial power. Tone remotes and IP remotes are used at staffed office locations to allow Forest Service employees transmit and receive capability of select radio channels.


New and emerging requirements, business practices, and standards have brought about a need for the Forest Service to evaluate the commercial marketplace for solutions to meet current and expected (future) radio dispatch and control solutions. It is the intent of this RFI to assess solutions, architecture, capabilities, risks, limitations, assumptions and costs of purpose-built radio dispatch solutions. The results of this RFI will be used to aid in the development of a set of technical and operation dispatch and control requirements which provide core functionality, allow for future growth, and allow for a best-value investment by the agency.


3.0 Requested Information


In order to limit multiple submissions of the same solution, responses to this RFI are limited to original equipment manufacturers (OEM) only. Integrators, resellers, installers, or other 3rd parties are encouraged to work with manufacturers in the development of any submission. Please refer to section 1.2 for clarity.


Responses to this RFI are requested to be in Microsoft Word format supplemented, as necessary, with other information at the discretion of the vendor. Responses may address any or all of the requested information. The use of direct hyperlinks within submittals is encouraged.


Vendors are requested to provide information about solutions which are purpose-built for radio dispatch control and which, in the vendor's opinion, are capable of providing a robust, professional, and supportable solution for the next 8 to 12 years. The following sections identify areas in which more pointed information is requested and responses to these would be supplemental. Please refer to the Section number in responses. Vendors may also submit additional, pertinent, information, as desired, for clarity purposes or to provide additional information relevant to their solution.


3.1 Ability to support current operations
Predominately the Forest Service operates conventional, analog VHF radio systems employing in-band signaling for radio control (see Figure 1). The following list provides a reasonable approximation of the current radio dispatch capabilities used and supported. Please address the capabilities of submitted solutions to meet these needs. Identify significant items, both hardware and software, which are involved in meeting these needs. Use graphics as needed.


Hardware/Software environment
• 2/4 wire connectivity, selectable per radio channel
• 600/10K Ω line termination, selectable per radio channel
• In-band signaling (see Figure 1) with adjustable levels, duration, tones per channel
• Radio gateway devices for network I/O.
• IP remotes for use at non-dispatch locations.
• Ability for solution to control up to 100 radio channels
• Ability for solution to support up to 24 separate dispatch positions
• Ability to support legacy, tone-based, equipment, such as tone remotes.
• Software-based consoles operate on Windows-based operating systems
• Select/un-select audio
• Ability to drive external speakers
• Ability to support touchscreen control
• Ability to support external headset, microphone, and PTT switch
• External, separate output for recorder interface
• Ability to integrate digital I/O for controls (door switches, buzzers, etc)


Operation environment
• Multicolor display of all radio assets with visual indication of activity
• User configurable select and un-select audio per dispatch position.
• Configurable cross mute, cross busy, local busy per dispatch position
• Simul-select of multiple radio assets per dispatch position
• Instant recall/replay of last 2 minutes of audio
• Patching capability between radio assets
• End-user capability to create and edit console displays
• Ability to integrate clock source


3.2 Transition to Phase 1, APCO P25
The Forest Service has been investing in P25-compliant equipment with the intention of transitioning to digital operations for both control and RF (CAI). Please address the ability of the submitted solutions to support the transition from conventional in-band control to P25 (DFSI) control of remote base stations. The following list identifies some points which vendors may address.


• Ability to support both conventional and P25 radios on a per-channel basis
• Ability to continue to support the conventional hardware/software and operational environments identified in 3.1
• Capabilities of solution with regard to Unit ID, emergency notification, unit-to-unit calling and other features identified in the P25 standard
• Capabilities of the solution to work with GPS data transmitted from subscriber units
• Additional capabilities such as ISSI, CSSI, and encryption


3.3 Section 508 compliance
Federal agencies are required to make their electronic and information technology accessible to people with disabilities. Section 508 Amendment to the Rehabilitation Act of 1973 was enacted to eliminate barriers in information technology, to make available new opportunities for people with disabilities, and to encourage development of technologies that will help achieve these goals. The law applies to all Federal agencies when they develop, procure, maintain, electronic and information technology. Please address the ability of proposed solutions to meet these requirements.


3.4 IPv6 Compliance
It is expected that radio dispatch solutions used by the Forest Service will employ IP technology to some extent. As such any procured solution must be IPv6 compliant to meet the requirements outlined in the FAR 11.002(g) as stated further below. It is acknowledged that the Section allows for a waiver, however it is not the position of the Forest Service to invest in future solutions requiring such waiver excepting highly unusual conditions. Please address the ability of the solutions to comply with IPv6 standards in whole or in part. Please also address limitations and efforts been taken to resolve issues.


COMPLIANCE with Internet Protocol version 6 (IPv6) in Acquiring Information Technology:

(a) Any system, hardware, software, firmware or networked component (voice, video or data) developed, procured or acquired in support or performance of this contract shall be capable of transmitting, receiving, processing, forwarding and storing digital information across system boundaries utilizing system packets that are formatted in accordance with commercial standards of Internet Protocol (IP) version 6 (IPv6) as set forth in the USGv6 Profile (NIST Special Publication 500-267) and corresponding declarations of conformance defined in the USGv6 Test Program. In addition, this system shall maintain interoperability with IPv4 systems and provide at least the same level of performance and reliability capabilities of IPv4 products:


(b) Specifically, any new IP product or system developed, acquired, or produced must:
(1) Interoperate with both IPv6 and IPv4 systems and products, and
(2) Have available contractor/vendor IPv6 technical support for development and implementation and fielded product management.


(c) As IPv6 evolves, the Contractor commits to upgrading or providing an appropriate migration path for each item developed, delivered or utilized at no additional cost to the Government.


(d) The Contractor shall provide technical support for both IPv4 and IPv6.


(e) Any system or software must be able to operate on networks supporting IPv4, IPv6 or one that supports both.


(f) Any product whose non-compliance is discovered and made known to the Contractor within one year after acceptance shall be upgraded, modified or replaced to bring it into compliance at no additional cost to the Government.


3.5 Cyber Security
Information technology solutions within the Forest Service must follow cyber security requirements guided by NIST 800-53, Revision 4. Please address any experience of the proposed solutions to work in tightly controlled security environments. Vendors do not have to address the entire, exhaustive, reference, but should address the overall cyber security aspects of their solutions.


Describe efforts and practices in place to identify and resolve emerging security vulnerabilities in software and firmware products used in the proposed solutions. Address how customers are notified of updates and patches. Describe the process and procedure typical for customers to update or patch software or firmware.


3.6 Server environment
In the current and expected future architecture of the Forest Service all servers will be hosted in virtual data centers and, as such, the server application must operate on VM ware. Please identify all components of the proposed solutions which are servers (devices are either servers or end-user devices) and address their ability to operate on VM ware. Please address pertinent operating requirements such as ports, protocols, critical timing, addressing, operating system, or other system configurations which may impact the ability of the server to operate correctly.


3.7 User environment (Windows)
In the current and expected future architecture of the Forest Service, in order to meet NIST 800-53 Revision 4 cyber security standards, Windows-based programs, version 8 and above, must run on government-provided hardware configured with a government-configured operating image. Windows 7 equipment that is backward compliant with Windows 8 and above may be considered. Please identify all components which use a Windows operating system and address the ability and issues which may have impact on the solution to work properly on a Government-provided and configured computer. Please address pertinent hardware requirements, necessary software (including 3rd party software), firewall issues, and other system configurations with may impact the ability of the solution to operate correctly.


3.8 Network Environment
Address aspects of IP network traffic relating to how audio and control are accomplished for the solutions. Specifically identify whether audio transmission is accomplished by unicast or multicast packets. Please also identify which versions of IGMP and SNMP are supported. Identify other relevant network issues related to the proposed solution which are uncommon or require special configurations in routers or switches.


3.9 Licensing/Credentialing
Address aspects of licensing and credentialing with regard to radio channels, operator positions, software, feature sets, or other items for the proposed solutions. Please address the methods, such as hardware keying, software keying, server-based licensing, etc. Please also address whether the licensing or credentials are limited by duration (time limited) or software version.


3.10 Scalability
It is not unusual for neighboring dispatch centers to combine into a single location. Please describe the capabilities of the proposed solutions to evolve from supporting a single Forest radio dispatch system to multiple systems.


3.11 Survivability
Describe how the proposed solutions operate, or fail to operate, upon loss of network connectivity, component failure, and recovery from power loss. Please address critical links, timing, or handshakes which are relevant to system start-up, operation, or recovery.


3.12 Software/Firmware upgrade
Describe the assumptions for software or firmware upgrade for the proposed solutions specifically regarding whether upgrades requires on-site vendor work, remote access by the vendor, or hardware returns to a vendor facility. Address whether upgrades can be done by Government personnel and, if so, how upgrade packages are accessed.


Additionally, address the purpose and cost associated with software and firmware upgrades.


Finally, address major and minor software revisions and their relation to cost and licensing.


3.13 Installation
Address how systems are designed and installed and describe the potential use of installers, integrators, or other 3rd party resources. Provide examples of ‘typical' installation practices including initial configuration, turn-up, and testing. Also address whether any or all components of the proposed solutions could be customer installed.


3.14 Product lifecycle
Address issues related to product lifecycle for the related solution. Provide information on end-of-life vs end-of-support, how customers are notified of end-of-life notifications, and where the proposed solution is in its product lifecycle. Describe potential pathways to migrate from older to newer solutions to avoid product obsolescence.


3.15 Support
For the proposed solution, address the following items:
•    Warranty
•    Configuration support (add/move/change)
•    Break-fix support
•    Helpdesk


3.16 Customer base
Vendors are encouraged to provide examples of successful implementations of their proposed solutions in a similar dispatch environment to that of the Forest Service.


3.17 Existing contracts
For the proposed solutions, list all current Government contracts on which it is available. Identify components which are not on contract, if any.


4.0 Responses


4.1 Interested parties which meet the requirements of RFI may submit information in Microsoft Word format with supporting documentation and are encouraged to address the items listed in Section 3. Additional, pertinent information may also be submitted. Parties are discouraged from submitting information related to products or services out of the scope of this RFI.


4.2 Responses are due no later than 12 November 2018, 16:00 EST. Responses shall not be limited to a particular number of pages and shall be submitted via e-mail only to ashleysthompson@fs.fed.us and mdesouto@fs.fed.us. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.


4.3. Section 1 of the submission shall provide administrative information, and shall include the following as a minimum:


4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.


4.3.2. Recommended contracting strategy.


4.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. "Small business concern" means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than 1,250 employees. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov.



5.0 Industry Discussions


Forest Service representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements.


6.0 Questions


Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the FBO website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 12 November 2018, 16:00 EST will be answered.



7.0 Summary


THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide radio dispatch solutions. The information provided in the RFI is subject to change and is not binding on the Government. The Forest Service has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.


 


Michael DeSouto, Contracting Officer, Phone 540-265-5171, Fax 540-265-5109, Email mdesouto@fs.fed.us - Ashley Thompson, Contracting Officer, Phone 703-605-4594, Email ashleysthompson@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP