|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174Federal Aviation Administration, Mike Monroney Aeronautical Center,
Office of Acquisition, P.O. Box 25082, 6500 S. MacArthur Blvd.,
Oklahoma City, OK 73125-4929 70 -- REPAIR/MAINTENANCE OF IBM 3180 KVDT (KEYBOARD VIDEO DISPLAY
TERMINAL) SOL DTFA-02-Announcement 71 DUE 092598 POC Phyllis Townsley,
Contracting Officer (405) 954-7816 WEB: Office of Acquisition Mailbox,
Not Applicable. E-MAIL: Click here to e-mail the contracting officer,
9_AMQ-Internet. The Federal Aviation Administration (FAA) has a
requirement for maintenance and repair of IBM 3180 Keyboard Video
Display Terminals (KVDT) manufactured by IBM. The KVDTs are required to
support the FAA En Route Air Traffic Management and Control processes.
The purpose of this market survey is to locate potential maintenance
and repair sources who have a proven existing capability to provide
KVDT maintenance and repair services for the following equipment: 1.
Display Unit IBM, P/N 2446813/63X4391 NSN 7025-01-455-8830 2. Keyboard,
3180-110 IBM, 6110345, 1389260 NSN 7025-01-455-8833 3. Keyboard,
3180-120 IBM, 6110346, 1389258 NSN 7025-01-455-8832 The contractor
shall furnish all required labor, facilities, equipment, to accomplish
repair/return, exchange/repair, and/or modification/upgrade test,
packing, preservation and packaging, and return to the Government in a
completely serviceable condition, the items of FAA-owned equipment in
support of the 20 En Route Traffic Control Centers (ARTCC) and 2
support facilities. The KVDTs are component of both Host Computer
System (HCS) and the Oceanic Display and Planning System (ODAPS). The
KVDTs are utilized to visually display and manipulate air traffic
management and weather data from the HCS and ODAPS. The approximate
number of KVDTs is 1000 units (monitor/logic assembly and keyboard
assembly comprise a unit). Proposed contract will be for a base year
with an option to renew for one (1) additional 1-year period. The
contractor will be required to perform an upgrade, when required, to
the KVDT logic board by installing a Weather EPROM. The FAA will
furnish modification material and instructions for performing the
modification. The instructions will also provide information on how to
determine if the modification is needed for a particular unit. The
contractor will verify operation by testing in accordance with
procedures outlined in the "3180 Model 1 Display Station User's Guide",
form number GA21-9468-2, Chapter 1- Section 3, "Entering the Display
Station Model ID and the Keyboard ID". The FAA does not have
specifications or repair procedures. The contractor must be an
authorized IBM repair source and have access to the following IBM
specifications and repair procedures: (a) IBM 3180 Display Station
Repair Center Maintenance Information, September 1984, #SY31-0662-1 (b)
IBM 3180 Display Station national Language Support Repair Center
Maintenance Information Supplement. February 1985, #SY09-1028-1 (c) IBM
3180 Model 1 Display Station User's Guide, May 10, 1985, #GN21-0413
(Base Pub. #Ga21-9468-2) (d) IBM Display Station Repair Center
Maintenance Information, December 14, 1984, #SN31-6416 (Base Pub.
#SY31-0662-1) (e) IBM Model 1 Display Station User's Guide, May 1985,
#GA21-9468-2 (f) IBM Model 2 Display Station User's Guide, May 1985,
#GA2109469-2 The contractor shall provide failure/repair analysis in
accordance with FAA Logistics Center Standard, FAAD-STD-1293c,
Servicing Standards and Test Requirements for Ground Electronic
Equipment, (standard will be provided by the FAA). Contractor will be
required to perform exchange and repair (E&R) and unit exchange within
the following time frames: Priority 1 within 24 hours, Priority 2
within 48 hours, and Priority 5 within 4 days after notification,
routine within 2 weeks from the date the item is received at
contractor's facility. The packing procedures specified in IBM Model 1
Display Station User's Guide, May 1985, #GA21-9468-2, Chapter 5, page
117 through 119 will apply. Potential sources must provide a copy of
their IBM certificate authorizing repair of IBM equipment. Sources
shall also provide documentation describing available resources to
repair IBM components designed specifically for FAA use as identified
in this survey. "Resources" are defined as expertise in the repair of
above stated items, availability of parts used in repair, and
documentation used to affect repair. Certificate and resources
documentation must be provided with responses. Interested parties
believing they can comply with and meet all of the requirements called
out in this market survey should respond in writing to: Federal
Aviation Administration Mike Monroney Aeronautical Center P.O. Box
25082 Attn: AMQ-210/Phyllis Townsley Oklahoma City, OK 73125 Mark
responses to this survey with Market Survey File # 76-1, to arrive
within 21 calendar days from the date of this announcement. The FAA
will not pay for any information received or costs incurred in
preparing responses to this market survey. Any proprietary information
should be so marked. Individual company responses will not be
disclosed to other vendors. The information gathered from this market
survey announcement will be used by the FAA to make a screening
decision to determine which firms are qualified and have the ability to
perform these services. FAA reserves the right to consider the
incumbent contractor and/or other sources made known to the FAA which
meet the criteria. Posted 09/02/98 (W-SN245107). (0245) Loren Data Corp. http://www.ld.com (SYN# 0298 19980904\70-0015.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|