This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) W912CM-10-T-0310 is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 205-39.
(iv) Applicable NAICS Code is 423430. Set-aside, small business size standard, and the Small Business Competitiveness Demonstration Program do not apply to this solicitation.
(v) The list of required items is, as follows:
CLIN Part # Description Qty
0001 NM-1/622SMIRE Single port OC-12c, SMIR, SC connector 4 ea
0002 NM-1/622SMLRE Single port OC-12c, SMLR (1550nm), SC connector 1 ea
0003 NM-4/ETH-TXB 4 port 10/100 IP capable Ethernet Network Module for ASX-200BX, ASX-1000, ASX-1200, TNX-210 and TNX-1100 2 ea
0004 NM-4/155IR3MME Single port SMIR and three port MM OC-3c, SC connector 1 ea
0005 NM-4/155MMSCE Four port OC-3c, MM, SC connector 1 ea
0006 NM-4/155MMSTE Four port OC-3c, MM, ST connector 1 ea
0007 NM-4/155SMIRE Four port OC-3c, SMIR, SC connector 5 ea
0008 NM-4/155SMLRE Four port OC-3c, SMLR (1550nm), SC connector 1 ea
0009 NM-4/E3E Four port E3, BNC connector 1 ea
0010 NMCE-3/DS3 3-port channelized DS3 3/1/0 Circuit Emulation Service network module (8.2) 1 ea
0011 NMCE-8/DS1E1E 8 port T1 1.544 Mbps and E1 2.048 Mbps Circuit Emulation module (8.1) 9 ea
0012 TNX-1100/5DC-3 TNX-1100 5 Gbps switch; base configuration includes 5 Gbps switching fabric, 8 netmod slots, redundant DC power supplies, Stratum 3 CEC-Plus (must choose DS1 or E1 timing), and two redundant 400 MHz switch control processors (32 MB flash, 256 MB DRAM) Re 1 ea
0013 SM-1100-B TNX-1100 High Performance Switch Module (SCPs not included) (ForeThought 6.0 or Greater Required) 5 ea
0014 FTA-1100-G ForeThought Gold License, TNX-1100 1 ea
0015 Freight 1 lot
(vi) The above items consist of replacement parts required to support the Asynchronous Transmission Mode (ATM) devices which are out of life and will no longer be manufactured by the original equipment manufacturer. Since the ATM devices were manufactured by ERICSSON, this solicitation is on ERICSSON brand name basis only. Specifically the authority and justification for this acquisition are, as follows:
Authority Cited: The authority citation for this brand name acquisition is section 4202 of the Clinger-Cohen Act of 1996, as implemented under FAR 13.5, the Test Program for Certain Commercial Items.
Reason for Authority Cited: The proposed purchase of brand name replacement parts is necessary for the repair and maintenance of the ATM devices manufactured by Ericsson. These parts are unique in form, fit, and function to the specific ATM equipment and manufacturer. Thus, only Ericsson brand name replacement parts can be used to support and maintain proper operation of the critical system until the obsolete ATM devices are replaced.
(vii) Delivery shall be F.O.B. destination on the proposed number of days after receipt of order to 5th Signal Command, Mannheim, Germany. Exact delivery address and name of point of contact will be cited in the award document.
(viii) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
(ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be based on price. NOTE: Award is subject to availability of funds. Award will be made only when funds are made available. In addition, the Government reserves the right to reduce the quantities for purchase considering the amount of available funding. If reduced quantities are required due to funding limitation, the price evaluation will apply the reduction to all offers received in determining the low offer and selection of contractor.
(x) Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
(xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items Applicable To Defense Acquisitions of Commercial Items (Apr 2010), apply to this acquisition. The following clauses in FAR 52.212-5 and DFARS 252.212-7001 apply and will be check marked in the award document:
52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207).
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.225-5, Trade Agreements Act (Aug 2009)(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)
52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) (31 U.S.C. 3332).
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).
252.232-7003, Electronic Submission of Payment Requests and Receiving
252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410).
The following clause will also be included in the award document:
52.225-6, Trade Agreements Certificate (Jan 2005)
(xiii) Reserved.
(xiv) The Defense Priorities and Allocations System (DPAS) do not apply to this acquisition.
(xv) The quote shall be submitted on 18 May 2010, 1500 hours, CET via fax (+49-611-816-2198) or email to
[email protected].
(xvi) Point of contact for this requirement is Yanina Seeger, phone: +49-611-816-2204), email:
[email protected]
Bid Protests Not Available