Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

58 -- Enhanced Global System for Mobile communications network subsystem (GSM) to include training

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, PLD/DITCO-NCR/PL64, Special Projects Branch, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HC1047-07-R-0011
 
Response Due
3/9/2007
 
Archive Date
3/24/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation, HC1047-07-R-0011 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15 and Defense Acquisition Circular. The proposed contract is 100% set aside for small business concerns. North American Industry Classification System Code 334220 and Size Standard not to exceed 750 employees. A firm-fixed price contract is contemplated. The anticipated award date is two weeks after response/closing date. The evaluation criteria for this requirement is Lowest Price Technically Acceptable (LPTA). A technically acceptable proposal must meet all the specifications of this requirement CLIN 0001 - 1 each Functional Network Sub-System (also known as the Core Network or Enhanced Global System for Mobile communications network subsystem) integrating a Mobile Switching Center, Base Station Controller and Base Transceiver Station consisting of 2 transmitter/receivers, installed in an indoor cabinet rack. The system must be capable of conducting an authentic mobile to mobile call including the activation of dual tone multiple frequency signaling with end to end verification across the network. Each pair of transmitter/receivers must be capable of operating in either the 900MHz or 1800 MHz Global System for Mobile communications Band and include trunk cards (A and Abis interface specifications 04.08, 08.58, and 12.21). The radio frequency interface must be global system for mobile communications compliant (specification 04.06, 04.06, 04.08, 05.01-05.05, 05.08, and 05.10) Additional options must include the capability to add transmitter/receivers and base transceiver stations that will operate in the 850MHz and 1900 MHz bands. The transmissions must be G7.03 compliant for E1 75/120 Ohm or T1.403 compliant for T1 100 Ohm. The system must provide full Network subsystem capability to include: Mobile Services Switching Center, Home Location Register, Visitor Location Register, Equipment Identity Register and Authentication Center. In additions the system must provide switching capacity and mobility management functions within its service area. The system must be mobile application part C, D and E capable. The system must be portable and compact (capable of disconnection and moved in a matter of 10 minutes, weigh less than 130 pounds for two person carry, overall dimensions less than 24?x20?x18?, and in a single enclosure-per network subsystem), stand-alone (does not require connectivity to another network to function correctly, yet capable of establishing connectivity and integrating with existing Public Switched Telephone Network and wireless network infrastructures or be used as part of an existing Public Land Mobile Network. The system must support up to four internal transmitter/receivers, have variable output power of up to 40 Watts (power amplifier output), have a dynamic power control for both uplink and downlink, have a full featured operations and maintenance center (laptop with software) and have a switching capacity of 100 Erlang (0.1% grade of service). 12-months of technical support must be available for the system business days (M-F, 9-5). The system must have a capacity of 1000 subscribers. The system must include all software and software licenses as well as maintenance upgrades to the system. The system must include 20 Subscriber Identity Module cards to register cellular handsets onto the system, with the capability to add subscriber identity module cards based on future requirements. Training for 4 students, including administering and operation of the system must be included (1 week on the network subsystem and 1 day on the operations and maintenance center computer and software). FOB destination and delivered to 2250 3rd Street SE, Bldg 20423, Kirtland, AFB, NM 87117-5609. Delivery is 60 days after receipt of order. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Sep 2006) is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS ALT 1 (Nov 2006) with proposals. The provision may be obtained at http: farsite.hill.af.mil. FAR 52.212-4 (Sep 2005) is incorporated by reference and applies to this acquisition. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Nov 2006) is hereby incorporated by reference. The following clauses apply to this solicitation and any resultant contract, FAR 52.212-5, FAR 52.222-35, 52.222-37, FAR 52.232-33, FAR 52.222-26, DFAR 252.225-7001, DFAR 252.225-7002, and DFARS. The assigned Defense Priorities and Allocation Systems (DPAS) rating is DO-A70. One original and signed and dated offer must be submitted via electronic submission via e-mail to nag.contracting@kirtland.af.mil by midnight, 09 March 2007.
 
Place of Performance
Address: 2250 3rd Street SE, Bldg 20423, Kirtland, AFB, NM
Zip Code: 87117-5609
Country: UNITED STATES
 
Record
SN01236397-W 20070224/070222220103 (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  © 1994-2020, Loren Data Corp.