SOLICITATION NOTICE
58 -- Marconi/Ericsson Asynchronous Transfer Mode (ATM) equipment
- Notice Date
- 9/4/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334113
— Computer Terminal 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
- Reference-Number-MIPR7LSWITC110
- Response Due
- 9/11/2007
- Archive Date
- 9/26/2007
- Description
- 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; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 143, APO AE 09142 or Heuberg 143, Sembach Germany 67681. Solicitation/reference number MIPR7LSWITC110 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-19 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. The proposed acquisition will require the contractor to provide brand name Marconi/Ericsson equipment. The contract will consist of two (2) line items: CLINs 0001 thru 0002 as follows: CLIN 0001 Quantity/Unit of issue: One (1) lot; Description: Marconi Equipment and Support; Brand Name Only; CLIN 0002 Quantity/Unit of issue: One (1) Lot; Description: Shipping; F.O.B. Destination to: German Postal System Address, CDR, 66th MI Group, ATTN: Mr. Hansbrouck, Bldg 4110 Nathan Hale, Schepalle 95, 64295 Darmstadt or US Postal System Address: CDR, 66th MI Group, ATTN: IAPG-IT/Sadock, Unit 29500, APO AE 09175, no later than 30 days after receipt of order (ARO) unless otherwise detailed on the quotation. Any variation to the requested delivery date shall be provided as the number of days after receipt of order with quote. Contractor shall qote all items or none. No Split awards will be made. Partial Payments and partial shipments are NOT authorized. The equipment requested under CLIN 0001 is as follows: ITEM Part Number Product QTY 1 BXR1600R/16AC BXR 1600 Redundant Configuration 1 2 BXR-SCP-P5-700 BXR400/BXR1600 Pentium 700 MHz Switch Control Processor 2 3 NM-4/ETH-TXB 4-port 10/100 Ethernet TX network module 4 4 NM-1/622SMIRE 1-port OC-12c/STM-4 Series E ATM network module (single-mode, IR optics) 3 5 FT-BXR1600-PL FT-BXR Platinum SW - BXR1600 1 SUPP-S-A Support, Next Business Day advance replacement 1 The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items;. 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/; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b), 52.212-2, Evaluation ? Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, lowest price, technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show ? (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) ?Remit to? address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or certification that they have been completed via ORCA; (8) Acknowledgment of Synopsis/Solicitation Amendments; (9) Tax Identification Number Additional local clauses apply: 52.204-9000, Contract/Order Closeout?Fixed-Price, Time-and-Materials, or Labor-Hours. 52.204-9001, Points of Contact. All unit prices are firm fixed. Quotations are due no later than 1000 EST 11 September 2007. Brand Name Justification is included below. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil or PL512@disa.mil, Unit 4235 Box 143, APO AE 09142 Fax Number: 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). Local clauses can be found in the Disa Acquisition Regulations Supplement (DARS) at http://www.ditco.disa.mil/hq/aqinfo.asp. No numbered notes apply. Brand Name Justification is as follows: DEFENSE INFORMATION SYSTEMS AGENCY (DISA) COMPUTING SERVICES LOGISTICS JUSTIFICATION AND APPROVAL TO PROCURE USING OTHER THAN FULL AND OPEN COMPETITION BRAND NAME: MARCONI MIPR7LSWITC110 Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition of the proposed contractual action pursuant to the authority of Clinger-Cohen Act of 1996, Section 4202 (10 U.S.C. 2304). 1. Agency and Contracting Activity The requiring activity for this action is 66th MI Group, Dagger Complex, Eberstadterweg, 64295, Darmstadt, Germany. The contracting activity is DISA/DITCO Europe,Building 143, 67681 Sembach-Heuberg, Germany. 2. Nature/Description of Action Requirement is for the purchase of MARCONI/ERICSSON Asynchronous Transfer Mode (ATM)(broadband switching and transmission technology) equipment and three year advanced replacement support. A firm-fixed price commercial item type contract is planned and will be issued pursuant to FAR 13.5. All brand name Marconi resellers who submit offers will be considered for award on a lowest cost, technically acceptable basis. 3. Description of Supplies/Services The following ATM equipment is to upgrade current equipment from 10 to 16 GHz and upgrade to the IP protocol: ITEM Part Number Product QTY 1 BXR1600R/16AC BXR 1600 Redundant Configuration 1 2 BXR-SCP-P5-700 BXR400/BXR1600 Pentium 700 MHz Switch Control Processor 2 3 NM-4/ETH-TXB 4-port 10/100 Ethernet TX network module 4 4 NM-1/622SMIRE 1-port OC-12c/STM-4 Series E ATM network module (single-mode, IR optics) 3 5 FT-BXR1600-PL FT-BXR Platinum SW - BXR1600 1 SUPP-S-A Support, Next Business Day advance replacement Estimated dollar value is REDACTED 4. Identification of Statutory Authority Clinger-Cohen Act of 1996, Section 4202 (10 U.S.C. 2304). The Marconi equipment is peculiar to one manufacturer. 5. Demonstration of Contractor?s Unique Qualifications. This ATM equipment is to upgrade current Marconi/Ericsson equipment from 10 to 16 GHz and upgrade to the IP protocol. All community members are currently trained in the use and maintenance of this equipment. The solution is cost effective for the Government?s utilization of existing equipment. Marconi is the only ATM equipment 5th Signal allows to joint to the Wide Area Network. Purchase of Marconi/Ericsson equipment will enable the Government to reutilize existing line cards being used in the current switch chassis. Purchase of any other vendor would require a complete replacement of all of these line cards resulting in a enormous additional cost to the Government. In summary, we deem that the purchase of specific brand-name products enables HQ 66th MI Group to simplify support, maintain the Enterprise Infrastructure and meet the operational requirements of the defense intelligence community. 6. FedBizOpps Announcement/Potential Sources The solicitation will be posted on FedBiz Opps. 7. Determination of Fair and Reasonable Price The Contracting Officer will compete the requirement among resellers of Net App equipment on FedBiz Opps. The price to the Government will be determined fair and reasonable prior to award based upon competition. 8. Description of Market Research Requests for bid were sent to all six ITES-2H vendors: Apptis, CDWG, Dell, GTSI, IBM, and WWT. Requests for quote were also sent Marconi Communications Federal, Inc. Market research was conducted on GSA Advantage to receive Independent Government Estimates (IGEs) for the items quoted. 9. Supporting Facts This brand name of equipment is requested to support mandatory software programs, maintain uniformity, common troubleshooting and maintenance techniques, a standardized training program and economy of resources across the 66th MI Group's mission systems. 10. Listing of Interested sources: The requesting activity used the Army Small Computer Program website to determine interest, as well as contacting other vendors known to be able to supply the required Marconi equipment. Interested sources include: Ericcson Federal and GTSI. 11. Actions taken to remove barriers to competition: None. Use of other than Marconi equipment would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. 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.
- Place of Performance
- Address: CDR, 66th MI Group, Bldg 4110 Nathan Hale,, Schepalle 95,, Darmstadt
- Zip Code: 64295
- Country: GERMANY
- Zip Code: 64295
- Record
- SN01393689-W 20070906/070904220036 (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 |