Federal Bid

Last Updated on 19 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

LTE Protocol Analyzer

Solicitation ID NB602010-14-03598
Posted Date 21 Aug 2014 at 8 PM
Archive Date 19 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Sao tome and principe
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. The solicitation is being issued using simplified acquisition procedures under the authority of FAR 13.5 test program for certain commercial items.

(i) This solicitation, NB686040-14-03809 issued as a request for quotation (RFQ).

(ii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76.

(iii) The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Offerors may submit a quotation.

(iv) This combined synopsis/solicitation is for the following commercial item(s):

0001: LTE Protocol Analyzer: QTY 1 each.
0002: Technical Support for one year including software updates and technical assistance: QTY 1 each.

 

(v) Description of requirements for the items to be acquired:

Procurement of an LTE Protocol Analyzer will support the Public Safety Broadband Project and the First Responder Network Authority at National Institute of Standards and Technology (NIST). This critical infrastructure support tool will facilitate analysis of the performance, operations and assist in troubleshooting vendor LTE access, and core equipment.


The Contractor shall provide one (1) LTE Protocol Analyzer that meets the following minimum technical requirements:

The LTE protocol analyzer must be capable of capturing, decoding and performing various test measurements across various interfaces i.e. S1-MME, S2a, S3, S4, S5 (or S8), S6a, S6b, S10, S11, S13 and X2 interfaces of the LTE network.
PSCR will use this tool to assist in the integration and troubleshooting of LTE networks. This tool will be used to provide detailed messages being transported across the various LTE interfaces and protocols.

LTE Protocol Analyzer Technical Requirements
* LTE Protocol Analyzer (LTE PA) must support all LTE interfaces and protocols.
* Must have a real time capture and analysis data.
* Must be capable in capturing data 24/7.
* Must store captured data for 30 days.
* Must provide concurrent users per system.
* Must have 3GPP releases 8, 9 and 10 messages. Must have the capability to upgrade to 3GPP releases 11 and 12.
* Must provide use of IPV4 or IPv6 addressing.
* Must have various types of searches including but not limited to: IP address, IMSI, IMEI, MSISDN.
* Must have time based searches.
* Must provide various reports.
* Must convert end to end capture call trace into a PCAP file.
* Operation must chiefly be accomplished through the use of a graphical user interface. Command line control must be kept to a minimum if used at all.
* Technical support for one year including software updates and technical assistance must be included.

(vi) The requested delivery is 8-10 weeks ARO. Period of Performance for one year due to technical support. FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.

(vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall submit three examples of orders or contracts performed that are similar in scope including contract numbers and customer point of contacts to establish satisfactory past experience/performance. All offers must include shipping FOB Destination.

(vii) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Technical capability (capability of the item offered to meet the agency need), price and past experience/performance. Technical capability will be evaluated by how well the proposed products meet the Government requirement as stated in Paragraph (vi). Technical and past experience/performance are equal to price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium.

A FIRM FIXED PRICE PURCHASE ORDER WILL BE ISSUED TO THE RESPONSIBLE AUTHORIZED OFFER WHOSE TECHNICALLY ACCEPTABLE QUAOTION IS DEEMED TO REPRESENT THE BEST VALUE TO THE GOVERNMENT.

(ix) The offeror must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov.

Offerors shall complete annual representations and certifications on-line at www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offeror represents that, as of the date of this offer -

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.


(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

(End of provision)


(x) FAR 52.204-13, System for Award Management Maintenance.

(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 applies to this acquisition. Commercial Items including subparagraphs:

52.203-6, Restrictions on Subcontractor Sales to the Government
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.219-8, Utilizing of Small Business Concerns
52.219-28, Post Award Small Business Program Re-representation;
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, Equal Opportunity for Veterans;
52.222-36, Affirmative Action for Workers and Disabilities;
52.222-37, Employment Reports for Veterans;
52.222-40, Notification of Employee Rights Under the National Labor Relations Act;
52.223-18, Contractor Policy to Ban Text Messaging While Driving;
52.225-5, Trade Agreements
52.225-13, Restrictions on Certain Foreign Purchases;
52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran;
52.232-33, Payment by Electronic Funds Transfer
52.247-34, FOB Destination

1352.201-70, Contracting Officer's Authority
1352.201-72. Contracting Officer's Representative (COR)
1352.209-74, Organizational Conflict of Interest

1352.246-70, Place of Acceptance (APR 2010)
(a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract.
(b) The place of acceptance will be: NIST, 325 Broadway - Shipping and Receiving, Boulder, CO 80305


(xiii) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.

(xv) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html


(xvi) The Contractor shall submit a Quote, to be received no later than 11:59 a.m. Eastern Time, Thursday, September 4, 2014, and must include the following: Company name, address phone numbers, DUNS number, itemized quote including all minimum specifications and past experience/performance information. Quotes shall be delivered via email to [email protected].

(xvii) Please direct any questions regarding this solicitation to Angela Hitt at [email protected] no later than 11:00 a.m. Mountain Time, Thursday, August 28, 2014.

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Sep 2011 at 11 AM
Institute West virginia 14 Aug 2015 at 4 PM
Location Unknown 08 Aug 2014 at 5 PM
Valley Alabama 07 Sep 2017 at 10 AM