SOLICITATION NOTICE
70 -- Ericsson Parts
- Notice Date
- 4/27/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NEN8G37092AS02
- Response Due
- 5/11/2007
- Archive Date
- 5/26/2007
- Description
- This is a combined synopsis/solicitation for 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 contract under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 541519 with a small business size standard of $23 M. This requirement is for the acquisition of Ericsson internal device modules, Ericsson maintenance and support for these items and Ericsson Training. The solicitation number for this requirement is NEN8G37092AS02. The requirement is for Ericsson internal device modules and Ericsson maintenance and support as follows: Item 1- Ericsson Part Number: PC-20/622X155SMIR1, Part Description: 4-Port, 622 Mbps OC-12c/ATM-4c and 16-Port, 155 Mbps OC-3c/STM-1-Port card, SM fiber, IR, SC, and MT-RJ conn. QTY 2 Each. Item 2- Ericsson Part Number: SUPP-S-3, Part Description: SUPP-S-3 Support (Per Year) for PC-20/622X155SMIR1. QTY 2 Each. Item 3 ? Ericsson Part Number: SFP-GE-SXLC, Part Description: SFP pluggable optics for GigE using LC cons with MM (850nm) optics, up to 550m. QTY 6 each. Item 4 ? Ericsson Part Number: SUPP-S-3, Part Description: SUPP-S-3 Maintenance (Per Year) For: SFP-GE-SXLC. QTY 6 EACH. Item 5 ? Ericsson Part Number: PEN-410 E, Part Description: Training Class, BXR-5000 Install, Operation, and Maintenance, 5 days. QTY 5 EACH Delivery is FOB Destination to NGA Arnold, Attn: Chad Weigel / MS J-73, 3838 Vogel Road, Arnold, MO 63010. Please note: 24 hour advance notice is required before attempted delivery. Partial shipments will be accepted. BRAND NAME JUSTIFICATION: This requirement is for the acquisition of Ericsson internal device modules and Ericsson maintenance and support for these items. Ericsson network devices and ATM technology is the standard of the NEN Wide Area Network (WAN) architecture. These Ericsson internal modules will be installed into existing 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. Ericsson Training is required for new Ericsson devices that were recently added to the NEN. All CLINs are for ERICSSON (FORMERLY MARCONI) 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 2005-16. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed 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 Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.233-3, 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 Orders Applicable to Defense Acquisitions of Commercial Items, applies to this 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 Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical 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 or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the 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 than 13:30 p.m., Central Daylight Time (CDT), 11 MAY 2007. REQUEST OPEN MARKET PRICING. AWARD WILL BE BASED ON OPEN MARKET PRICING ONLY. IF ALL ITEMS ARE NOT BASED ON OPEN MARKET PRICING YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. All responsible sources may submit a response to Pamela A. Laws via email Pamela.A.Laws@nga.mil or via facsimile, (314) 263-8024. NO TELEPHONE RESPONSES WILL BE ACCEPTED.
- Place of Performance
- Address: 3838 Vogel Road, Arnold, MO
- Zip Code: 63010
- Country: UNITED STATES
- Zip Code: 63010
- Record
- SN01283285-W 20070429/070427221948 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |