SOURCES SOUGHT
60 -- Cellular Repeater System
- Notice Date
- 4/2/2012
- Notice Type
- Sources Sought
- NAICS
- 541490
— Other Specialized Design Services
- Contracting Office
- Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6, 600 Dulany Street, MDE, 7th Floor, Alexandria, Virginia, 22313-1450
- ZIP Code
- 22313-1450
- Solicitation Number
- PTO04022012
- Archive Date
- 5/1/2012
- Point of Contact
- Chris S Hannah, Phone: 571-272-6555
- E-Mail Address
-
chris.hannah@uspto.gov
(chris.hannah@uspto.gov)
- Small Business Set-Aside
- N/A
- Description
- BACKGROUND/PURPOSE: The United States Patent and Trademark Office has a requirement for an in-building cellular wireless system which will support voice and data utilizing the 2G, 3G, and 4G/4Gs frequencies currently used by AT&T, Sprint, T-Mobile, and Verizon. The goal of this RFI is conduct market research to explore the technical aspects of the available products to meet this requirement. The Government is seeking industry input to assist in identifying features and solutions to meet the requirements described below. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. REQUIREMENTS: The in-building cellular wireless system shall provide cellular 2G, 3G, and 4G/4Gs frequencies coverage for the four main Wireless Service Providers (AT&T, Sprint, T-Mobile, and Verizon). The system shall provide a minimum of 95% coverage with a signal strength of -85db or better to: •· Six main buildings •· Two townhouses (office facilities located next to the six main buildings) •· Three outlying buildings •· One remote office location A high level view of the main USPTO campus can be found at the following link: http://www.uspto.gov/about/contacts/locations/index.jsp The total square footage to be covered is approximately 2.8M sq. ft. All buildings have single mode fiber connectivity between them over the USPTO backbone. In addition, there are two datacenters located within the six main buildings. The six main buildings are interconnected by a concourse level which is underground which and is included within the approximate square footage total. All buildings have low-e rated windows and are constructed with the following characteristics: •· Walls: 90% Sheetrock w/ Metal Stud Frame; 10% Cement w/ Brick Exterior •· Ceilings: 90% Drop Down; 10% Fixed/Cement Two of the main buildings are connected by a glass atrium which is opened to the full height of the building. The current system comprises of a LGC InterReach Unison Wireless Distributed Antenna System providing coverage to the six USPTO Core buildings and two townhouses. The remote antennas are located in each of the buildings connected to a hub within two communication closets located on the bottom floor of each building. These hubs are then connected to the main distributed system via single mode fiber located in the MDF of one of the main buildings. There are two donor antennas (Verizon and Sprint) located on the top of one of the six core buildings while a base station (AT&T) is located in the basement of the same building. The 850Hz and 1900MHz frequencies bands are currently supported with up to 8 remote access units installed on each floor in each building. TECHNICAL DISCUSSION: Respondents shall provide information that supports the USPTO employees and their customers and guests' cellular devices and any required Wireless Service Provider (WSP) equipment to provide this service in compliance with local, state, and federal regulations. Respondents shall provide descriptive input for the following: •· Method / Process used to conduct a RF survey. •· Identify the type of equipment required to provide the RF coverage. This should include all items from the WSP equipment to the remote antenna located on the floors in the buildings. •· Describe your system approach to meet the requested voice and data coverage to include the following: •o System components end-to-end and the connectivity of each (WSP equipment to remote antennas) to include which is normally provided by the customer versus the vendor (i.e. what is the required cable plant need for your system). •o Remote Antenna estimated coverage given the building characteristics. •o Number of Remote Antenna to cover the frequencies (i.e. antenna for the 'entire' frequency spectrum, an antenna for each frequency band, an antenna for each frequency and WSP, etc). •o Expandability and configurability of the system when the WSP provide new services and/or moves existing service from one frequency band to another. •o Expected behavior when users transition from inside to outside the building and vice versus. •o Expected behavior when users transition from floor to floor and using the elevator and stairs. Please include any options to provide the coverage in these areas to prevent a call being dropped when a user enters into these areas. •o Local system monitoring. •o Support of Public Safety frequencies for emergency personnel who need to enter the buildings in case of a police, fire, or medical emergency. •o Migration from the current system to the vendor system which also discusses potential outage durations. •· Respondent's coordination / communication with the WSP to verify the system does not interfere with the local service outside the buildings and to coordinate with the WSP to provide/upgrade a base station or donor antenna. •· Provide environmental requirements regarding Heating, Ventilation, and Air Conditioning (HVAC), fire protection, power requirements, and/or other related environmental parameters/constraints and operating conditions for your equipment. •· Provide information on how your system meets public safety needs. •· List all standards and applicable Federal policies or specifications your product meets. ADDITIONAL INFORMATION: In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this RFI, as well as, identification of long lead time(s), sub-system(s), or system(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracting officer identified below. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Please submit your response to this RFI (not to exceed 10 pages) via email no later than 5:00PM E.S.T Friday April 13th, 2012 to the following individuals: Christopher Hannah, Contracting Officer - chris.hannah@uspto.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/PTO/OPDC20220/PTO04022012/listing.html)
- Record
- SN02711273-W 20120404/120402234639-1994a65adeeb70ecf23ab77669bb6aeb (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 |