Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2026 SAM #8880
SOURCES SOUGHT

99 -- Mobile Technology Passive Optical Network Request for Information (RFI)

Notice Date
3/18/2026 11:47:39 AM
 
Notice Type
Sources Sought
 
Contracting Office
AIR AND MARINE CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
RFI_MTPON_CBP_FY2026
 
Response Due
4/1/2026 2:00:00 PM
 
Archive Date
04/16/2026
 
Point of Contact
CBP LGDS Program
 
E-Mail Address
usbp_pmod_subt_lgds@cbp.dhs.gov
(usbp_pmod_subt_lgds@cbp.dhs.gov)
 
Small Business Set-Aside
8A 8a Competed
 
Description
DESCRIPTION: U.S. Customs and Border Protection (CBP) is conducting market research through a Request for Information (RFI) on the current availability and technological capabilities of vendors to provide Mobile Technology Passive Optical Network (MTPON) to enhance bandwidth and integration of communications with United States Border Patrol (USBP)�s technologies. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR INFORMATION RECEIVED. This RFI is issued solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. This research does not commit the Government to contract for any supply or service. CBP will not pay for any costs associated with responding to this research. Not responding to this RFI does not preclude participation in any future full and open competition RFP. If a solicitation is released, it will be posted to the SAM.gov (https://sam.gov) website. All submissions become the property of the Government and will not be returned. The information obtained from industries responses to this RFI may be used in the development of an acquisition strategy and future RFP. INTRODUCTION: CBP is responsible for securing the United States� national borders against the illegal entry of people and goods between Ports of Entry (POE). To accomplish this mission, the U.S. Border Patrol (USBP) employs infrastructure, technology, and personnel to predict and deter illicit activity, detect and track illegal border crossings, identify and classify incursions, and respond effectively. The Linear Ground Detection System (LGDS) Program, managed by the LGDS Program Office under the Program Management and Office Directorate (PMOD), advances CBP and Department of Homeland Security (DHS) strategic goals by providing sophisticated in-ground detection and identification capabilities. LGDS utilizes buried fiber optic cables connected to processor units to deliver continuous ground detection along the border, enabling precise localization of activity. To achieve comprehensive surveillance coverage, CBP requires autonomous systems, real-time intelligence integration, and persistent monitoring of high-priority zones. The LGDS Program addresses these needs by delivering automated, location-determinant surveillance, integrating sensor data, and operationalizing fiber optic infrastructure across critical areas. However, in many segments of the border, commercial networks are unreliable or insufficient, and public networks cannot guarantee the isolation, performance, or policy control necessary for CBP operations. TTo address these challenges, the LGDS Program has launched the LGDS-Connect Initiative, which leverages existing LGDS fiber infrastructure by deploying Passive Optical Network technology in conjunction with WiFi. This approach enables seamless connectivity and integration of CBP technologies, delivering secure, high-speed backhaul communications to support CBP operations. Persistent, wide-area communications with predictable coverage, priority, Quality of Service (QoS), and low-latency access are essential to support data, video, and situational awareness applications. PURPOSE: CBP is conducting market research to identify qualified sources capable of providing a MTPON Communications Service to support rapid deployment of secure, high-bandwidth communications along the U.S. southern and northern borders. CURRENT STATUS: CBP requires a mobile communications solution capable of quickly establishing PON coverage in remote border areas as well as highly trafficked[EO1] and communications congested areas. The solution must integrate with CBP�s existing Linear Ground Detection System fiber optic cable, provide WiFi connectivity, and operate reliably in extreme environmental conditions. The Government seeks to acquire this capability as a managed service, with the vendor responsible for providing, maintaining, and operating all necessary hardware, software, and end devices. Request for Information (RFI): CBP requests that vendors detail their product�s ability to fulfill the capabilities identified below, in sequence and in a written response. Submission instructions are provided at the end of this RFI. NOTE: The capabilities listed below do not constitute explicit CBP requirements and may be adjusted prior to any potential future request for quote. Additionally, any quantities and details are notional and do not constitute potential RFP quantities. Therefore, vendors should not consider them as final or representative of CBP�s requirements. 1. TECHNICAL REQUIREMENTS Mobile Platform: Self-sufficient for 3 days, with alternative power sources (e.g., solar, battery, generator). Antenna Mast: Deployable mast between 20-60 ft; omni or directional antennas acceptable. Coverage: Continuous WiFi coverage for up to five (5) miles, using one or multiple mobile platforms, without service interruption. WiFi Integration: Must tie into WiFi antennas to provide wireless coverage to end users. Integration: Must interface with CBP�s Linear Ground Detection System fiber optic cable. Environmental Durability: Operable in extreme temperatures and weather conditions typical of both southern and northern border regions. End Devices: Vendor to provide, deploy, and maintain all end devices (e.g., ONTs, WiFi access points). Maintenance: Vendor responsible for system maintenance (hardware and software). Network and Data Security: All data transmitted over PON and WiFi must be encrypted using FIPS 140-2 validated cryptographic modules. Multi-factor authentication (MFA) required for administrative access. Role-based access control (RBAC) and network segmentation to separate CBP operational traffic from other traffic. Continuous logging and monitoring of network activity, with logs retained per DHS/CBP policy. Wireless and Physical Security WiFi networks must use WPA3-Enterprise or equivalent protocols; guest access must be isolated. Tamper detection mechanisms and secure storage for all mobile platforms and equipment. Capability to detect and respond to unauthorized wireless access points or rogue devices. Compliance and Incident Response Solution must comply with DHS, CBP, and federal cybersecurity standards (e.g., NIST SP 800-53, NIST SP 800-171, FISMA). Vendor must provide regular security updates and patches and have procedures for reporting and responding to security incidents. 2. SERVICE REQUIREMENTS Managed Service: Solution provided as a service, not as a procurement of equipment. Deployment Timeline: Full operational capability required no later than September 2026. Support: Vendor to provide technical support, maintenance, and upgrades as needed. 3. SOCIOECONOMIC CONSIDERATIONS CBP is particularly interested in responses from 8(a) Alaskan Native Corporations and other small businesses. RESPONSE: Your firm is requested to submit its response to the following attachment: Attachment A � Vendor Company Data White paper - Shall address the following topics: Technical Approach: Description of your solution, including mobile platform, PON technology, integration methods, power sources, antenna types, and environmental durability. Service Model: Outline of managed service offering, including deployment, maintenance, and support. Experience: Relevant past performance or experience providing similar mobile PON solutions, especially for government or border security applications. Integration Capability: Description of ability to integrate with CBP�s Linear Ground Detection System fiber optic cable solution. Coverage Capability: Explanation of how your solution achieves continuous coverage for up to five miles. Timeline: Confirmation of ability to deliver an operational capability by September 2026. Questions and Feedback Provide any questions, recommendations, or feedback regarding the requirements or potential risks. Security: Description of how your solution addresses the security requirements outlined in this RFI, including encryption, authentication, access control, wireless and physical security, compliance with federal standards, patch management, and incident response procedures. SUBMISSION INSTRUCTIONS: Interested vendors should submit responses via email on or before 5:00 PM EST on April 01, 2026 to USBP_PMOD_SUBT_LGDS@cbp.dhs.gov with the following: NOTE: Responses shall not exceed 10 pages plus Attachment A. Excess pages will not be reviewed. Responses shall be submitted using Microsoft Word, 12 pt. font, single line spacing. Marketing documentation not specific to this RFI will be discarded without review. CBP will maintain vendor confidentiality with all documentation. Questions for the Government: Questions for the Government regarding this RFI may be submitted prior to 5:00 PM EST on March 23, 2026 at USBP_PMOD_SUBT_LGDS@cbp.dhs.gov. The Government will not respond to media or unrelated inquiries.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e0743fde0f4247af9fed169d12d87b26/view)
 
Place of Performance
Address: Yuma, AZ, USA
Country: USA
 
Record
SN07750011-F 20260320/260318230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.