Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOLICITATION NOTICE

D -- Procurement and Installation of Ericsson AXE-810 PNI Switch and -48 V 2000A Power System

Notice Date
2/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Pacific, 477 Essex Street, Pearl Harbor, HI, 96860-5815, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HC1019-08-T-0001
 
Response Due
2/22/2008
 
Archive Date
2/29/2008
 
Point of Contact
Roy Matsuo, Contract Specialist, Phone 808-472-0282, Fax 808-472-2522, - Kristopher Tom, Contract Specialist, Phone 808-472-0280, Fax 808-472-2522
 
E-Mail Address
roy.matsuo@disa.mil, kristopher.tom@disa.mil
 
Description
The Defense Information Technology Contracting Organization, Pacific (DITCO-PAC), Pearl Harbor, Hawaii intends to award a Sole Source, unrestricted contract to ERICSSON FEDERAL INC., dba Marconi Communications Federal, 10500 Little Patuxent Parkway, Suite 400, Columbia, MD 21044-3563 for the procurement and installation of an Ericsson AXE-810 Transgate Voice (Private Network Interface (PNI)) switch and -48V 2000A power system. The new AXE-810 switch must support 64 T1 and 128 E1 interfaces as well as ETSI ISUP, ETSI ISDN, ASNI ISUP, ANSI ISDN protocols. Call routing, translation and screening based on the calling and called party number are required. The equipment will replace existing Ericsson AXE-10 PNI Switch. Porting services to translate the binary configuration from existing AXE-10 Transgate switch into the new AXE 810 must be provided. Installation and migration to the new switch must be done without impacting customer traffic. Contractor must de-install and dispose of the existing AXE-10. The Ericsson AXE-810 switch is a Brand Name requirement. Vendor installation of the Ericsson AXE-810 switch must provide for one year hardware and system support by the manufacturer. Consult attached Performance Work Statement for details on further requirements. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR13.501(a)(1)(ii). The statutory authority for other than full and open competition is 10 USC 2304( c)(1), only one responsible source and no other supplies or servcies will satisfy agency requirements. Interested parties may identify their interest and capability to respond to the requirement or submit offers. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received within TEN days (10) after date of publication of this synopsis. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The applicable NAICS Code is 334210 and 1,000 Employees. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Reference Request for Quotation (RFQ) number HC1019-08-T-0001 on all quotes and correspondence. The Prospective contractor is responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This synopsis/solicitation is being issued as a Request for Quotations (RFQ), for a FIRM FIXED PRICE type contract incorporating provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-23 Effective on January 25, 2008 & Defense Change Notice 20080124 Edition. These clauses may be obtained via the Internet at FAR site: http://www.acquisition.gov/comp/far/index.html or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html or DARS site: http//www.disa.mil/D4/ac.shtml or by request from this office. This requirement is for a FIRM FIXED PRICE contract for the following:
 
Place of Performance
Address: SAIPAN DRIVE, BLDG. 108, WAHIAWA, HI
Zip Code: 96786
Country: UNITED STATES
 
Record
SN01505116-W 20080213/080211223130 (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 |
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.