Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2025 SAM #8678
SPECIAL NOTICE

70 -- 5G Ran Equipmrent

Notice Date
8/28/2025 7:29:56 AM
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
DEPT OF COMMERCE NTIA/FIRST NET RESTON VA 20192 USA
 
ZIP Code
20192
 
Response Due
9/11/2025 9:00:00 AM
 
Archive Date
09/26/2025
 
Point of Contact
Alejandra Loyet
 
E-Mail Address
alejandra.loyet@firstnet.gov
(alejandra.loyet@firstnet.gov)
 
Description
The First Responder Network Authority (FirstNet Authority) Office of the Chief Procurement Office (OCPO) intends to negotiate with Ericsson Federal on a sole source basis under the authority of FAR Subpart 13.106-1(b), Soliciting from a single source, to provide a single sector 5G gNBs that support new radio band n77 in Non-Standalone (NSA), generally referred to as 5G RAN hardware. These gNBs must be able to be integrated into the production 5G NSA commercial core network that is maintained and operated by AT&T (FirstNet's prime contractor).. The unique technical requirements for this requirement include: 1) Support Multi-Operator Core Network (MOCN) feature 2) Two Ericsson 6672 G4 Baseband Units 3) Two Ericsson 4467 Remote Radio Units (RRUs) 4) Must support n77 frequencies C-Band and 3.45GHz 5) Must be able to be integrated with the AT&T NSA Option 3X Commercial Core Network 6) Each gNB must be able to be configured with the FirstNet golden-standard configuration profile which includes the following critical parameters: Quality of Service (QoS), Priority and Pre-Emption (QPP) 7) Bi-Directional data transmission must be supported by each gNB 8) Traffic Steering and mobility must be supported by each gNB 9) QPP must be support by each gNB The FirstNet Authority anticipates negotiating and awarding a firm-fixed-price purchase order to Ericsson Federal for this requirement. Interested parties who can demonstrate they could satisfy all requirements listed above for The FirstNet Authority must clearly and unambiguously identify their capability to do so in writing on or before the response date for this notice. Please limit responses to five (5) pages or less. Responses should include the following information: 1) Name of company that will provide the solution. 2) Name of the solution. 3) Demonstration of how the solution meets each requirement. 4) Lead time to deliver the solution after receipt of order. 5) Any other relevant information that is not listed above which the Government should consider. This notice of intent is not a solicitation. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this, or a future acquisition. A determination by the Government not to compete this proposed purchase order is entirely at the discretion of the Government. The Government will not pay for any information received in response to this announcement. It is estimated that an award will be issued on or before 9/30/2025. The Government will post the Justification for Other Than Full and Open Competition (JOFOC) within 14 days after award. Any questions regarding this notice must be submitted in writing via email to Alejandra.loyet@firstnet.gov. All responses to this notice of intent must be submitted so that they are received at Alejandra.loyet@firstnet.gov no later than 12:00pm Eastern on 09/11/2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b30942d1c4ab4e248c3fa1181d878519/view)
 
Place of Performance
Address: Boulder, CO 80301, USA
Zip Code: 80301
Country: USA
 
Record
SN07570597-F 20250830/250828230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.