Mobile Technology Passive Optical Network Request for Information (RFI)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Customs and Border Protection (CBP) is conducting market research through a Request for Information (RFI) for a Mobile Technology Passive Optical Network (MTPON) Communications Service. This RFI seeks to identify vendors capable of enhancing bandwidth and integrating communications for the U.S. Border Patrol (USBP) along U.S. borders. CBP is particularly interested in responses from 8(a) Alaskan Native Corporations and other small businesses. Responses are due April 01, 2026.
Purpose & Scope
CBP aims to secure national borders by leveraging infrastructure, technology, and personnel. The Linear Ground Detection System (LGDS) Program utilizes buried fiber optic cables for ground detection. The LGDS-Connect Initiative seeks to deploy Passive Optical Network technology with WiFi over existing LGDS fiber to provide seamless, secure, high-speed backhaul communications in remote and congested border areas where commercial networks are unreliable. This RFI is for market research and planning purposes only; it is not a solicitation for contract award, and no payment will be made for responses.
Key Requirements
CBP seeks a managed service solution for rapid deployment of MTPON. Key capabilities include:
- Mobile Platform: Self-sufficient for 3 days with alternative power (solar, battery, generator).
- Antenna Mast: Deployable between 20-60 ft.
- Coverage: Continuous WiFi coverage up to five (5) miles along a linear corridor (100-200m wide).
- Integration: Must interface with CBP’s existing LGDS fiber optic cable (22 of 24 strands available at fiber handholds).
- Environmental Durability: Operable in extreme temperatures and weather conditions.
- 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 & Data Security: FIPS 140-2 encryption, MFA, RBAC, network segmentation, continuous logging, WPA3-Enterprise WiFi, tamper detection, and compliance with federal cybersecurity standards (NIST SP 800-53, 800-171, FISMA).
- Service Model: Solution provided as a managed service, not equipment procurement.
- Deployment Timeline: Full operational capability required no later than September 2026.
- Place of Performance: Proof of Concept anticipated in Yuma Area, Arizona.
- NOC/SOC: CBP intends to leverage its internal NOC/SOC; prime contractor is not expected to operate a dedicated one.
- Access Technology: For the Proof of Concept, WiFi is the required and only acceptable end-user access technology.
- Relocation: Vendor is responsible for logistics, transportation, and site preparation for mobile platform relocation.
Submission Details
Interested vendors must submit a white paper addressing:
- Technical Approach (solution details, power, antennas, environmental durability)
- Service Model (managed offering, deployment, maintenance, support)
- Experience (similar mobile PON solutions, government/border security)
- Integration Capability (with LGDS fiber)
- Coverage Capability (5-mile range)
- Timeline (confirmation of September 2026 operational capability)
- Questions and Feedback
- Security (how requirements are met)
Submissions must include Attachment A – Vendor Company Data (company info, contacts, unique IDs, SAM registration, socioeconomic status).
- Response Deadline: April 01, 2026, 5:00 PM EST
- Questions Deadline: March 23, 2026, 5:00 PM EST
- Submission Email: USBP_PMOD_SUBT_LGDS@cbp.dhs.gov
- Page Limit: Responses shall not exceed 10 pages plus Attachment A.
Socioeconomic Considerations
CBP is particularly interested in responses from 8(a) Alaskan Native Corporations and other small businesses. The anticipated NAICS code is 517112 - Wireless Telecommunications Carriers.
Important Notes
This RFI does not commit the Government to contract for any supply or service. Not responding does not preclude participation in future solicitations. Vendor confidentiality will be maintained.