SPECIAL NOTICE
D -- eNodeB, Brand Name Ericsson
- Notice Date
- 5/25/2018
- Notice Type
- Special Notice
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
- ZIP Code
- 80305
- Solicitation Number
- NB6710001800863
- Archive Date
- 6/13/2018
- Point of Contact
- Susan McKean, Phone: 3034975417
- E-Mail Address
-
susan.mckean@nist.gov
(susan.mckean@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- FEDBIZOPPS.GOV ANNOUNCEMENT: SUBJECT: Notice of intent to award a Sole Source SOLICITATION NUMBER: NB671000-18-00863 CONTACT POINTS: Susan McKean, Contracts Specialist (303) 497-5417; DESCRIPTION: The National Institute of Standards and Technology (NIST) Acquisition Management Division, intends to issue a Firm Fixed Priced purchase order to a single source under the authority of FAR 13.106-1, "Only One Responsible Source" and no other supplies or services will satisfy agency requirements, to Ericsson, Inc. NIST requires an eNodeB, Brand Name Ericsson.. Specifications A. The contractor shall deliver the RAN portion of an EPS with the following features: 1. IP Data (IPv4 and IPv6) - The EPS shall be able to provide internet protocol data to connected user equipment 2. VoLTE (Voice over LTE) - The EPS shall provide the ability for user equipment to send and receive voice and video calls 3. QoS, Priority and Preemption (Rel 10) - The EPS shall be able to provide quality of service, bearer prioritization, and bearer preemption per release 10 3GPP standards 4. Security - The EPS shall meet security requirements of release 10 3GPP standards 5. SON (Self Optimizing Networks) - The EPS shall be capable of performing self-optimization 6. Access Class Barring 7. CoMP (Coordinated Multipoint) 8. eICIC (Enhanced Intercell Interference Coordination) 9. Identity Management (ICAM & Network Access) B. The contractor shall deliver the RAN portion of an EPS which meets the following requirements: 1. The EPS shall be able to support four simultaneous APNs per UE 2. The EPS shall be able to support eight simultaneous bearers per UE with each bearer having its own defined QCI and ARP 3. The EPS shall support all Radio Resource Control (RRC) establishment causes defined by 3GPP standards 4. The EPS shall have method(s) to store configurations 5. Documentation shall contain all information necessary to configure and operate the EPS 6. The EPS shall meet all release 10 3GPP security standards 7. EPS security features shall be included in the product 8. EPS shall support 3GPP release 10 9. The EPS shall be able to support eight simultaneous APNs 10. Hyper Text Transfer Protocol Secure (HTTPS) Transport Layer Security (TLS) 1.2 support shall be available on all web interfaces 11. Each component shall include an efficient user interface that will allow PSCR to configure, operate and maintain the component 12. Each component shall provide the ability to debug issues when they occur 13. Counters, events and key performance indicators (KPIs) shall be provided to assist in debugging 14. Ability to connect to two EPCs at the same time (multi-operator core network operation) to each eNodeB. C. The contractor shall deliver support as follows: 1. Initial deployment services 2. Hardware and software support shall be provided for one (1) base year plus four (4) 1-year options a. Support shall include training and debugging b. All software updates available from the vendor for the duration of the support contract c. Telephone and email support contacts shall be provided d. Support shall be available during PSCR business hours 8 a.m. to 5 p.m. Monday through Friday. 3. Annual software subscription shall be provided for one (1) base year plus four (4) 1-year option periods. The North American Industry Classification System (NAICS) code for this acquisition is 517919, All Other Telecommunications, with a size standard of $32.5M. No solicitation package will be issued. This Notice of Intent is NOT a Request for Quotation (RFQ) nor is it a request for competition; however, interested parties may identify their interest and capability to respond to the requirement. Inquiries will only be accepted via e-mail to susan.mckean@nist.gov. The government will consider responses received no later than 3:00PM, MDT, Tuesday, May 29, 2018. Interested parties that believe they could satisfy the requirements listed above for NIST may clearly and unambiguously identify their capability to do so in writing on or before the response date for this notice. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Information concerning SAM registered requirements may be viewed via the Internet at http://sam.gov. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement in the future. No telephone requests will be honored. Any questions regarding this notice must be submitted in writing via email to Susan McKean at susan.mckean@nist.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/76837f48cda2b6d64a96d7ffcd7944fc)
- Record
- SN04934511-W 20180527/180525230416-76837f48cda2b6d64a96d7ffcd7944fc (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 |