This is a combined synopsis/solicitation for brand name commercial items prepared in accordance with the format in FAR 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. NGA intends to solicit and award a firm-fixed price purchase order under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 511210 with small business size standard $23M. The solicitation is issued under the number E8EN8G17040AS01. The requirement is for Ericsson Internal Device Modules, and Ericsson Maintenance and Support as follows:
1. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support (Per Year) for PC-2/2488SMSR1 Serial Numbers: 06380587, 06380588, 06380603, and 06380607. One Year Support, Strategic Response, 3 Day Return to Factory. (Items 1 thru 10) includes ? Support, 24 x 7 return to factory, 3 business day response. Technical support, Toll free call 24 x 7, fax, and email included, base software upgrades and enhancements at no charge, and access to TACtics Online www site). QTY 4 each
2. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support (Per Year) for SM-4000 Serial Numbers: 06290529 and 06380562. Qty 2 each
3. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 support (Per Year) for SCP-P5-400 Serial Numbers: 00015740, 00015952, 00016012, and 00016340. Qty 4 each
4. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support (Per Year) for NM-4/155MMSTE Serial Numbers: 06400660 and 06400689. Qty 2 each
5. Ericsson Part Number: SUPP-S-3 -Description: SUPP-S-3 Support (Per Year) for BXR-FM Serial Numbers: 06341436, 06341437, 03451449, and 06451454. Qty 4 each
6. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support (Per Year) for NM-1/622SMIRE Serial Numbers: 05370570 and 06210589. Qty 2 each
7. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support (Per Year) for BXR-ATM4/2488SR1 Serial Numbers: 06491230, 06491231, 06491227, 06491229, 06491225, 06491223, 06501228, and 0649124. Qty 8 each
8. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support (Per Year) for BXR-ATM16/155MM1 Serial Numbers: 04181180 and 04231185. Qty 2 each
9. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support (Per Year) for NM1/GIGEGBIC Serial Numbers: 00002467, 00002476, 00002478, and 00002482. Qty 4 each
10. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support (Per Year) for ASX-200BX/AC Serial Numbers: 06310514, 06310556, 06310561, and 06310569. Qty 4 each
11. Ericsson Part Number: FTA-200-EN, Description: ForeThought Enterprise License (Per Year) for ASX-200BX/AC Serial Numbers: 06310514, 06310556, 06310561, and 06310569. Qty 4 each
12. Ericsson Part Number: SUPP-S - Description: SUPP-S-3 Support (Per Year) for FTA-200-EN installed on ASX-200BX/AC Serial Numbers: 06310514, 06310556, 06310561, and 06310569. Support, 24 x 7 return to factory, 3 business day response. Technical support, Toll free call 24 x 7, fax, and email included, base software upgrades and enhancements at no charge, and access to TACtics Online www site). QTY 4 each
13. Ericsson Part Number: ASX-200BX/AC, Description: 2.5 Backbone ATM Switch, base configuration includes one 2.5 Gbps ATM Switch fabric, four netmod slots, redundant AC power supplies, and a 400 MHz Pentium switch control processor (32 MB flash, 256 MB DRAM). Qty 2 each
14. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support, One Year Support, Strategic Response, 3 Day Return to Factory. Qty 2 each
15. Ericsson Part Number: FTA-200-EN, Description: ForeThought Enterprise License, ASX-200BX. Qty 2 each
16. Ericsson Part Number: SUPP-S - Description: SUPP-S-3 Support, Strategic Response, FT Only. Qty 2 each
17. Ericsson Part Number: SCP-P5-400, Description: Pentium 400 MHz Switch Control Processor with 256 MB DRAM and 32 MB Flash (Requires ForeThought 8.0 higher software, or a software patch to FT7.0 or FT7.1). Qty 2 each
18. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support, One Year Support, Strategic Response, 3 Day Return to Factory. Qty 2 each
19. Ericsson Part Number: NM-4/155MMSCE, Description: Four port OC-3c, MM, SC Connector. Qty 2 each
20. Description: SUPP-S-3 Support, One Year Support, Strategic Response, 3 Day Return to Factory. Qty 2 each
21. Ericsson Part Number: NM1/GIGEGBICSX, Description: NM-1/ETH-1000GBIC-SX: One port Gigabit Ethernet network module with 500M reach, multimode GBIC interface for ASX-200BX, ASX-1000, ASX1200, TNX-210, TNX-1100 and ASX-4000 or ASX-4000M with NMCC. Qty 1 each
22. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support, One Year Support, Strategic Response, 3 Day Return to Factory. Qty 1 each
23. Ericsson Part Number: NM-4/DS3E, Description: Four port DS3, BNC Connector. Qty 2 each
24. Ericsson Part Number: SUPP-S-3 - Description: SUPP-S-3 Support, One Year Support, Strategic Response, 3 Day Return to Factory. Qty 2 each
Delivery is FOB Destination NGA Bethesda, 4600 Sangamore Road, Attn: C. Desch, MS D-79, Bethesda, MD 20816-5003 in the quantities listed above.
BRAND NAME JUSTIFICATION: The requirement is for the acquisition of Ericsson devices, internal device modules, and Ericsson maintenance and support for the items. These Ericsson ATM Switches will be used to extend and expand the NGA Enterprise Network (NEN) backbone. The Ericsson internal modules will be installed into Ericsson devices; they are required for form, Fit, and Function, other manufacturers? components will not operate internally in Ericsson devices. Ericsson maintenance and support are required for these components; other maintenance providers do not have access to Ericsson?s proprietary parts, firmware, and software.
All CLINs are for ERICSSON BRAND NAME ONLY. Only Authorized Ericsson Resellers that are recognized by Ericsson to sell their product will be considered. Please provide earliest ship dates. All offerors must submit, with their quote, written documentation from ERICSSON showing that offeror is authorized to provide all items to NGA. Quotes submitted without this documentation will not be evaluated and considered for award. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to addresses identified with CLINs on this synopsis/solicitation. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-09. The provision at 52.212-1, Instruction to Offeror, Commercial Items applies to this acquisition. Award will be made on an all-or-none basis with only one award made to the lowest price offeror who meets the requirement for all line items. Offerors are required to submit a complete copy of FAR 52.212-3, Offeror Representations and Certification, Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions, Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Status Or Executive Orders, Commercial Items, applies to this acquisition, with the following clauses: 52.222-3, Convict Labor; 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items, applies to the acquisition with the following clauses: FAR 52.203-3 Gratuities; DFARS 252.225-7001, Buy American Act and Balance of Program; 252.225-7036, Buy American Act?free Trade Agreements?Balance of Payment s Program; 252.227-7015, Technical Data?Commercial Items; 252.227-7037, Validation of Restrictive Markings onTechnical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration www.ccr.gov before award can be made. In accordance with FAR 12.603(a)(3)(iii) Offers are due to the following email address no later the 26 March 2007, 11:30 a.m. CST: REQUEST OPEN MARKET PRICING. All responsible sources may submit a response to Audrey L. Smith via email
[email protected] or by fax (314)263-8024. No telephone responses will be accepted.
Bid Protests Not Available