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