SOURCES SOUGHT
70 -- Revision to Original Sources Sought Synopsis for CAISI CBM and CCM Module Upgrade
- Notice Date
- 6/2/2006
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91QUZXXXXXXX
- Response Due
- 6/12/2006
- Archive Date
- 8/11/2006
- Small Business Set-Aside
- N/A
- Description
- The following numbered paragraphs were left out of the original synposis for this acquisition, they are provided at this time to allow offerors to better asses their interest. 7. SDSL connectivity. The modules must have SDSL connectivity in point-to-point mode over 4 miles of single pair WD-1 or WF-16 field wire between two CBMs, providing at least 1.8 Mbps throughput in both directions, simultaneously. Military standard quic k connect binding posts with auto polarity sensing terminals are required. DSLs should fail to pass traffic if there is any attempted tapping into the line. 8. CAISI bridge module affordability. This solicitation is currently limited to the radio, and the switch for a single enclave of 39 CBMs. At this time the U.S. gGovernment will not consider any radio and switch for a CBM that costs more than $1500 for both when purchased in quantities of 1000 or more. 9. Module weight. The total weight per module may not exceed 46 pounds (including all components of the CBM and the transit case). The weight of the radio and the 8 port switch combined must not exceed 8 lbs. The weight of the radio and antenna compone nts that will be attached to a mast must be as low as possible to avoid the additional requirement of fielding a mast kit to accompany each CBM. 10. Volume. The cubic feet per module may not exceed 3.7 cubic feet (including the transit case and antenna). The volume of the radio and the 8 port switch combined must not exceed 300 cubic inches. 11. Extension of antenna. Each module must have the ability to extend the antenna at least 60 feet from the module. The current CBM includes 25- and 35-foot sections of RF cable, and a barrel connector to allow each section to be used together. The Arm y has pre-selected and will provide the RF and CAT-5 cables that will be used during the evaluation of the vender radio and switch components. The cable must be UV resistant for outdoor and rugged use. The current cable is super flexible foam diaelectric 3/8 Andrew FSJ2-50 series. Including the signal loss in the internal cable, the lightning arrestor, and the barrel connector, the total line loss at 5GHz frequency operation is approximately 6 dBi for 60 feet. If the radio is a separate component from the switch then power over Ethernet (POE) can be used to achieve this extension distance over a CAT 5 cable instead of an RF cable. 12. Ethernet switch ports. Each module must have at least eight 10/100 Ethernet ports for wired network devices. The switch ports must be auto sensing and auto uplink RJ45 ports. The candidate solution must support port based access control. If the ra dio does not include the 8 switch ports the radio can be accompanied with a separate manageable switch that is IEEE 802.1x compliant. 13. Power limitations. Each CAISI bridge module (CBM) includes an uninterruptible power supply (UPS) to support for the Radio and switch devices in the CBM in case of power outage. UPS used in the CAISI is a Tripplite model 300i Internet which is rated f or 300VA, 185Watts. The candidate switch and radio must remain fully operational for at least 20 minutes using this UPS. 14. Temperature. The radio module that is intended to operate outside on the mast must be capable of operating between temperatures from 0 to 50 degrees Celsius. If a switch is separate from the radio it must be able to operate from 0 45 degrees Celsi us.
- Place of Performance
- Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01061591-W 20060604/060602221021 (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 |