SOLICITATION NOTICE
70 -- Carrier Access and Ericsson (Marconi) equipment
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HC1021-07-T-2023
- Response Due
- 7/31/2007
- Archive Date
- 8/15/2007
- 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. Quotations are being requested and a written solicitation will not be issued. This request for quotation (RFQ HC1021-07-T-2023) is being issued by DITCO-EUROPE, Unit 4235, Box 375, APO AE 09136-5375. The RFQ document and incorporated provisions and clauses are those in effect through FAC 2005-18 and DAC 91-13. The proposed Brand Name acquisition will result in a Firm Fixed Price commercial item type contract in accordance with the procedures detailed in FAR 13.5. NAICS code 334119 applies. Description of requirement: The US Government has a requirement for Carrier Access and Ericsson (previously Marconi) Network Equipment. The contract will include the following CLINs: Item 0001, CARRIER ACCESS 7665-17C, 1700 CHASSIS, INCLUDED 1 CPU AND 1 APM, Brand Name required, QTY: 9, Item 0002, CARRIER ACCESS 7660-024, BROADMORE 1700 FAN TRAY, Brand Name required, QTY: 9, Item 0003, CARRIER ACCESS 7660-117, NIM OC-3 MM, Brand Name required, QTY: 6, Item 0004, CARRIER ACCESS 7660-116, NIM OC-3 SM, Brand Name required, QTY: 12, Item 0005, CARRIER ACCESS 7660-406, NIM OC-3 IOM (MM AND SM), Brand Name required, QTY: 18, Item 0006, CARRIER ACCESS 7660-206, CPU W/ SECURITY FEATURE, Brand Name required, QTY: 9, Item 0007, CARRIER ACCESS 7660-411, CPU-V2 IOM, Brand Name required, QTY: 9, Item 0008, CARRIER ACCESS 7660-008, MBR SAM, Brand Name required, QTY: 31, Item 0009, CARRIER ACCESS 7660-408, MBR SAM IOM, Brand Name required, QTY: 31, Item 0010, CARRIER ACCESS 7660-005, E1 CE SAM, Brand Name required, QTY: 11, Item 0011, CARRIER ACCESS 7660-004, DS1 CE SAM, Brand Name required, QTY: 14, Item 0012, CARRIER ACCESS 7660-404, DS1/E1 SAM IOM, Brand Name required, QTY: 25, Item 0013 ERICSSON (MARCONI) NM-4/155MMSCE, OC-3 MM NETMOD, 4-PORT, SC, SERIES E, QTY: 4, Item 0014, ERICSSON (MARCONI) NM-4/155SMIRE, OC-3 SM NETMOD, 4-POERT, SC, SERIES E, Brand Name required, QTY: 3, Brand Name required, Item 0015 Shipping and Handling, QTY: 1 lot, Delivery shall be made no later than 30 days after receipt of order unless otherwise stated on quotation. Any variation shall be provided as the number of days after receipt of order to U.S. Postal System Address: USAFE CSS/SCML, Attn: Mr. Scott Ormiston, UNIT 3325, APO, AE 09094, FOB Destination or Commercial Address: USAFE CSS/SCML, Attn: Mr. Scott Ormiston, Bldg 404, Door 5, Flugplatz Post, 66877 Ramstein-Miesenbach, Germany. Award shall be made based on technically acceptable, lowest price. New equipment is required. The following clauses/provisions are applicable: FAR 52.212-1 and 52.212-3 or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition -- 52.212-5(b): 52.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36 and 52.222-37. These additional clauses are applicable: DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 252.225-7001, 252.225-7012, 252.212-7000, Offeror Representations and Certifications, Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov. DPAS: not applicable. Numbered notes: not applicable. Vendor questions are due via email to christine.morgan@disa.mil no later than 1600 hours Central European Time (CET), 24 July 2007. Offers are due via e-mail to pl512@disa.mil, ATTN: Christine Morgan no later than 1600 Central European Time (CET), 31 July 2007. All or nothing quotes are requested. All FAR and DFAR clauses can be obtained at http://farsite.hill.af.mil/. Brand Name Justifications are below: DEFENSE INFORMATION SYSTEMS AGENCY (DISA) DEFENSE INFORMATION TECHNOLOGY CONTRACTING ORGANIZATION-EUROPE (DITCO-EUROPE) JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION BRAND NAME: CARRIER ACCESS Upon the basis of the following justification, I, as Procuring Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 1. Agency and Contracting Activity: The requiring activity for this action is USAFE CSS/SCML, Ramstein Air Force Base, Germany. The contracting activity is DISA/DITCO Europe, Building 143, 67681 Sembach-Heuberg, Germany. 2. Nature/Description of Action: The proposed contractual action is for other than full and open competition based on 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. Request approval to solicit, negotiate, and award a contract to resellers of Carrier Access equipment. A firm-fixed price commercial item type contract is planned and will be issued pursuant to FAR 13.5. This purchase is for Carrier Access Broadmore Asynchronous Transfer Mode (ATM) cell multiplexers for the upgrade of the Spangdahlem, Technical Control Facility (TCF), under the HQ USAFE TCF Modernization Program. 3. Description of Supplies/Services: Requirement is for the purchase of Carrier Access ATM Cell multiplexer equipment for the upgrade of the Spangdahlem Technical Control Facility (TCF) under the HQ USAFE TCF Modernization Program. Listing of requirements: ITEM 1: 7665-17C, 1700 CHASSIS (INCLUDED 1 CPU AND 1 APM), QTY 9 ITEM 2: 7660-024, BROADMORE 1700 FAN TRAY, QTY 9 ITEM 3: 7660-117, NIM OC-3 MM, QTY 6 ITEM 4: 7660-116, NIM OC-3 SM, QTY 12 ITEM 5: 7660-406, NIM OC-3 IOM (MM AND SM), QTY 18 ITEM 6: 7660-206, CPU W/ SECURITY FEATURE, QTY 9 ITEM 7: 7660-411, CPU-V2 IOM, QTY 9 ITEM 8: 7660-008, MBR SAM, QTY 31 ITEM 9: 7660-408, MBR SAM IOM, QTY 31 ITEM 10: 7660-005, E1 CE SAM, QTY 11 ITEM 11: 7660-004, DS1 CE SAM, QTY 14 ITEM 12: 7660-404, DS1/E1 SAM IOM, QTY 25 4. Identification of Statutory Authority: 10 U.S.C. 2304(c)(1), FAR 6.302-1(c), Application for Brand Name Description. 5. Demonstration of Contractor?s Unique Qualifications: This is a part of on-going 51 million dollar MAJCOM-wide Modernization Program and the continued integration and implementation of a Technical Control Facility (TCF) Modernization Program. The first installation was started in FY04 at Aviano, Italy and will continue through 2008. Currently there are 68 of these devices installed at four bases. As such, award of another brand would result in substantial duplication of costs to the Government that is not expected to be recovered through competition. These costs include re-engineering, re-certification, and retraining of Government personnel on newly acquired non-standard equipment. The Carrier Access ATM cell multiplexer equipment is the only solution that provides management to the same granularity and with the same provisioning capabilities provided by the existing Service on Data management platform. The purchase of other brand items, i.e., non-manageable devices or devices not manageable by the existing management system, would also require additional management servers, management software, and integration software to the overall management system. The space available within the Network Operations Service Center (NOSC) is limited and allows no room for additional management equipment. The Carrier Access product line is the only ATM cell multiplexer that has an integrated management capability with the Ericsson (formerly Marconi) TNX series of ATM switches that constitute the core of the new USAFE TCFs. In addition, the use of a single brand of ATM cell multiplexer will ensure continuity of operations, management, training, and security across the MAJCOM. Only the Carrier Access Broadmore line of ATM cell multiplexers can ensure this continuity due to software compatibility with previously installed equipment. In addition, all site surveys and engineering documentation has been completed for the Spangdahlem installation based on the use of the Carrier Access Broadmore line of ATM cell multiplexers, and any other product would result in an estimated loss of 3 months time and associated costs for the re-survey, re-engineering, and re-accomplishment of the project installation package. Therefore, the purchase of other brand equipment would add unforeseen costs to the overall TCF Upgrade Program. The total estimated additional costs would be approximately $1.6 million (i.e., re-engineering, installation of new equipment, new software packages to manage the equipment; equipment configuration, and recertifying, and retraining of personnel for both the equipment and the software). 6. FedBizOpps Announcement/Potential Sources The synopsis will be combined with the solicitation in accordance with FAR part 12. All responsive offerors will be considered. 7. Determination of Fair and Reasonable Price The Contracting Officer will compete the requirement with resellers of Carrier Access equipment to ensure prices are fair and reasonable. 8. Description of Market Research Market research indicates that there are multiple resellers of Carrier Access equipment: LTI-Datacom, 23020 Eaglewood Court, Suite 100, Sterling, VA 20166-9503, tel: 703-581-5856. This is a veteran-owned, small business. Intelligent Enterprise Solutions LLC, 6901 Rockledge Drive, Suite 600, Bethesda, MD 20827-0076, tel: 866-463-6437. This is a small business. Force 3 Inc, 2147 Priest Bridge Drive, Crofton, MD, 21114, tel: 301-261-0204. This is a small business/8a certified firm. The research that produced the overarching solution for the USAFE TCF Modernization Program included an evaluation of multiple technologies and equipment manufacturers. This included CISCO, Acorn, NET, Marconi (now Ericsson), Carrier Access, Nortel Networks, and Timeplex, to name just a few. The evaluation considered the personal experiences of USAFE personnel; a review of product documentation obtained from the web; vendor provided demonstrations and product documentation; a review of currently fielded equipment. An equipment suite was chosen based on capabilities, integration, and price. This solution included the selection of the Carrier Access product line as the ATM cell multiplexer. These devices were then tested in the USAFE Integrated Test and Evaluation Facility to ensure they met the program objectives. 9. Supporting Facts: This brand name of equipment is requested to maintain uniformity, common troubleshooting and maintenance techniques, a standardized training program and economy of resources across the USAFE Theater. 10. Listing of Interested sources: It is anticipated that resellers/wholesalers of these products will express an interest, to include those contractors listed in paragraph 8 above. 11. Actions taken to remove barriers to competition: No action has been taken to remove barriers to competition. USAFE CSS/SCML must remain with the Carrier Access product line to ensure continuity, compatibility and consistency of existing equipment. The Government would incur costs in training of personnel and reengineering of non Carrier Access equipment for integration with existing equipment as detailed above. Competition is limited to multiple resellers of Carrier Access equipment. 12. Statement of Period of Performance and/or Delivery Schedule The Government anticipates a 30-day delivery period after contractor?s receipt of order 13. Reference to Approved Acquisition Plan (AP) Not applicable. 14. Section 508 Compliance Required Section 508 documentation has been provided. TECHNICAL AND REQUIREMENTS CERTIFICATION (FAR Subpart 6.302-1(c)) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. Technical Cognizance: SCOTT ORMISTON, Ctr original signed 12 Jul 2007 Systems Engineer, USAFE/CSS-SCML, 314-480-1268 Requirements Cognizance: ROLANDO CROSSDALE, MSgt, USAF original signed 12 Jul 2007 Superintendent, Long-Haul Communications, USAFE/CSS-SCML, 314-480-2809 CONTRACTING OFFICER CERTIFICATION (FAR Subparts 6.302-1(c)) I certify that this justification is accurate and complete to the best of my knowledge and belief. Signature: Christel Johnson, Contracting Officer, original signed Date: 17 July 07 Code/Phone: PL5l2/DSN 314-496-7l5l APPROVED BY: (FAR 6.302-1(c)) SOLE SOURCE DOCUMENTATION (For Under $100K) Brand Name Ericsson (Marconi) Equipment TSR BF26JUN075096 1. Identify the activity acquiring the product or service and the geographical area. The requiring activity for this action is USAFE CSS/SCML, Ramstein Air Force Base, Germany. The contracting activity is DISA/DITCO Europe, Building 143,6768I Sembach- Heuberg, Germany. 2. Describe the supplies and/or services being procured. Requirement is for the purchase of Ericsson (previously Marconi) multiservice switch circuit cards for installation in existing TNX series multiservice switch chassis for the upgrade of the Spangdahlem Technical Control Facility (TCF) under the HQ USAFE TCF Modernization Program. ITEM 1: NM-4/155MMSCE, OC-3 MM NETMOD, 4-PORT, SC, SERIES E, QTY 4 ITEM 2: NM-4/155SMIRE, OC-3 SM NETMOD, 4-PORT, SC, SERIES E, QTY 3 3. Provide the rationale, supporting the sole source acquisition. Justify the use of one source. This equipment purchase is part of an ongoing MAJCOM-wide TCF Modernization Program and will be an extension of previously purchased and installed equipment. Ericsson (previously Marconi) is required to ensure consistency in the design, continuity of training, ease of use, and interoperability. In addition, this purchase is for circuit cards for installation in existing Ericsson TNX series multiservice switch chassis. Furthermore, USAFE/A6 is deploying an enterprise remote monitoring and management solution command-wide, which further justifies the Ericsson solution as it allows the USAFE Network Operations and Security Center to use a single tool to manage USAFE ATM equipment 4. Lack of advance planning and funding availability by the requiring activity is not a sufficient justification for sole source procurement? N/A a. Identify, when the procurement first became known? 26 June 2007 b. Justify why the time schedule is critical to the organization?s needs, and mission, and state the specific critical dates that materially affect the acquisition. It is not critical c. Describe the impact on the organization and or its mission if the schedule is not met. N/A SCOTT ORMISTON Title: signed DATE 29 Jun 07 CHRISTEL JOHNSON signed Contracting Officer DATE: 17 Jul 07
- Place of Performance
- Address: FOB Destination, U.S. Postal System, USAFE CSS/SCML, Attn: Mr. Scott Ormiston, UNIT 3325, APO AE 09094, or, Commercial Address, USAFE CSS/SCML, Attn: Mr. Scott Ormiston, Bldg 404 Door 5, 66877 Ramstein-Miesenbach, Germany
- Zip Code: 09094
- Country: GERMANY
- Zip Code: 09094
- Record
- SN01343879-W 20070719/070717220059 (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 |