SOURCES SOUGHT
58 -- High-Capacity Line-of-Sight (HCLOS) communication
- Notice Date
- 4/12/2007
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T07RK008
- Response Due
- 4/26/2007
- Archive Date
- 6/25/2007
- Small Business Set-Aside
- N/A
- Description
- The United States Army is conducting a market survey to determine the availability of commercial off-the-shelf IEEE 802.16 based or similar equipment for deployment to support US Army operational applications and scenarios by providing High-Capacity Line-of-Sight (HCLOS) communication. The equipment should be comparable to IEEE 802.16 products or similar wireless backhaul equipment. It is desirable that the system support larger channel sizes which support higher bandwidths and provide other features appropriate to a tactical environment. It is required that the system use RF frequency bands available to US Department of Defense (DoD) entities for worldwide deployment. Systems should target North Atlantic Treaty Organization (NATO) Band IV (4.4GHz-5 .0GHz) as the primary frequency band to be used. It is desired that the system be capable of using other commonly available bands such as the Industrial, Scientific and Medical ISM bands (e.g. 5.725GHz-5.850GHz) as defined by the International Telecommuni cation Union-Radiocommunication Sector (ITU-R.) A summary should be provided of the capabilities in the areas of: frequency bands, channel bandwidths, tuning steps, duplexing, frame lengths, smart antenna, Multiple Input Multiple Output (Space Time Coding and Collaborative), adaptive antenna system, transmit power, receiver sensitivity, frequency stability, handover, range, data rates, Bit Error Rate (BER), Forward Error Correction (FEC), security/encryption, dynamic frequency selection (DFS), quality of s ervice (QoS), throughput and latency for different applications, multicast, PHY features (e.g. modulation/coding schemes, guard interval, symbol length, and power control), and MAC features (e.g. multipoint, mesh-network, etc.). For the security/encrypti on capability, the response must address: compliance to the security features in the IEEE 802.16 standards, conformance to National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS), conformance to FIPS-197 Advan ced Encryption Standard AES with key length of 256 bits, key-loading, keying devices required, transmission security (TRANSEC), and any additional features which may address security concerns for a tactical environment. The response must address form fact or and ability to be used with Army standard inventory masts such as: MAST, ANTENNA, 15-METER AB-1339A/G NSN 5985-01-465-2883, and also AB-1404/TRC NSN 5985-01-467-1632. This system must support LOS link at 40 km (25 miles) as the minimum using antennae wh ich can be deployed with the above mentioned masts, accounting for weight, size, wind-load, and safety concerns. The system must support a cable length of at least 300 feet from the mast mounted package (antenna, RF-head, etc.) to any additional equipment which may require power or shelter. The system software should be field upgradeable. For above features not currently available, please detail upgrade path indicating software or hardware changes required. Delivery of production systems are required by 1 J anuary 2008. The response must address the estimated production capacity (per month) which will be available 1 January 2008. The response must also address the capability to meet the following immediate needs: 130 ship NLT 25 Jun 07 105 ship NLT 15 Jul 07 100 ship NLT 1 Oct 07 110 shipped through 1 Jan 08 Interested firms are requested to submit a capability statement outlining their ability to meet or exceed this potential requirement no later than 26 April 2007, stating their business size, North American Industry Classification System (NAICS) Code, and identifying a corporate point of contact. Interested sources should send all capability statements to: PM TRCS, Attention: A.J. Parlow, (732) 427-3896, Adam.Parlow@us.army.mil
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN01272243-W 20070414/070412221326 (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 |