Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1995 PSA#1267

AFDTC/PKZA, 205 West D. Avenue, Suite 428, Eglin AFB FL 32542-6864

D -- THIRD PARTY MAINTENANCE/COMPUTER PERIPHERAL HARDWARE SUPPORT SOL F08635-95-R-0023 DUE 030895 POC Patricia Ellis or Joyce Hefferman at (904) 882-4603. 17. Air Force Development Test Center (AFDTC) at Eglin AFB FL contemplates release of a full and open competitive RFP for computer and computer peripheral hardware support services. A basic contract with 4 option years beginning in FY96 is proposed. The primary thrust of the services shall be to provide maintenance for critical computer systems. Secondary services shall include maintenance support for miscellaneous equipment (i.e. network printers, postscript printers, LPS32s, LPS40s, 50KVA UPSs, 50KVA PDSs). The equipment to be maintained includes but is not limited to: Sun 690s, SPARCSTATION 10s, Digital Equipment Corporation terminal servers, 7000s, 8650s and 780s, Silicon Graphic 4D and MIPS series machines, Hewlett Packard 9000 and 700 series, Cisco Routers, Xyplex terminal servers. Local access is needed to interface with Eglin customers. Maintenance shall be performed at the module level thus requiring an extensive on-site spare parts inventory. Critical systems under contract maintenance shall have a principle period of maintenance (PPM) of 8 hours per day five days per week with on-call maintenance available outside the PPM. Contractor shall be required to have a local on-base service facility and respond to PPM requests within 15 minutes. A 4 hour time-to-fix shall be required for critical systems. Preventive maintenance is also required. Contractor shall be required to deinstall, reinstall and relocate equipment within Eglin AFB. For moves outside Eglin AFB, the contractor shall be required to perform deinstallation only. Some miscellaneous equipment will be maintained as non-critical. Contractor shall be required to provide all parts and labor for systems. Contractor shall be required to maintain equipment to original equipment manufacturer's (OEM) specifications using a staff of highly qualified personnel. Contractor shall obtain and install all engineering changes from the OEM. All proposed contractors responding to this synopsis must provide evidence of capability to perform all of the above support requirements. This evidence must provide as a minimum: 1) recent past performance at other government or commercial locations on the same or similar systems, 2) show an ability to maintain an extensive level of on-site spares for these systems and 3) be able to obtain a DOD SECRET security Clearance to be able to work on special access systems. No foreign solicitations will be considered. Responses shall be evaluated and a solicitation source list established of those determined capable of fulfilling the government's requirement. Col Dennis VOSS (904-882-5966) has been appointed by the AFDTC Commander to hear offerors' or potential offerors' confidential concerns, if any, regarding this acquisition. His purpose is not to replace the technical staff or contracting officer but to serve as an honest broker and communicate any contractor concerns, issues, disagreements and recommendations to the apropriate government personnel. Routine technical and contracting issues should therefore be directed to the technical and contracting staff identified elsewhere in this synopsis. This synopsis is for information and planning purposes only and does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the government. All responsible sources may submit an offer. Contractors responding must indicate whether they are/are not a Small Business concern or Small Disadvantaged Business concern as defined in FAR 52.219-1 and 52.219-2 respectively. SIC code 7378, $18M is applicable for Small Business Size Standard. The Air Force reserves the right to consider a small business set-aside based on responses hereto. For further information concerning technical aspects, contact 96CCSG/SCTXL, Ken Olson 904-882-5498. For contractual information contact Patricia Ellis 904-882-4603, (FAX No. 904-882-9685). All requests for this solicitation will be in writing, within 15 days from publication of this notice. No telephone requests will be accepted **** (0019)

Loren Data Corp. http://www.ld.com (SYN# 0028 19950120\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page