|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1995 PSA#1408Federal Aviation Administration, 800 Independence Avenue, S.W.,
Washington, D.C. 20591 D -- HARDWARE MAINTENANCE DUE 091195 POC D. Dooley, Contracting
Officer, (202) 267-8039 The Federal Aviation Administration (FAA) seeks
sources to provide on-site, on-call, and depot level hardware
maintenance and logistics support of the HOST Computer System (HCS)
located at the FAA Technical Center (FAATC), the FAA Aeronautical
Center (FAAAC), and the 20 Air Route Traffic Control Centers (ARTCC's)
throughout the U.S. Maintenance requirements include maintenance
management, logistics support, corrective maintenance, preventive
maintenance, and application of FAA approved equipment modifications.
The Contractor shall provide all diagnostic software, test equipment,
tools, supplies, and parts necessary for the accomplishment of
maintenance activities. On-site maintenance will include preventive
maintenance, corrective maintenance with a response time of two (2)
hours and restoration within two (2) hours upon arrival on site, and
the application of FAA approved IBM equipment modifications. Depot
level maintenance will include the provision, repair, and stockage of
components and assemblies meeting original equipment manufacturer's
specifications for new or equivalent items in a manner that will allow
the before mentioned system restoration requirement. The HCS includes
the following IBM equipment models: Processor subsystems: 3082-X16,
3083-BX1, 3087-001, 3089-001; Direct access storage subsystems:
3380-AD4, 3380-BD4, 3880-003; Peripheral subsystem & tape equipment:
3420-005, 3480-A22, 3480-B22, 3803-001; Printer equipment: 4248-001;
KVDT and console printer equipment: 3274-D41, 3180-110, 3278-A02,
3268-C02; Switch management equipment: 3274-D41, 3180-110, 3814-A01;
Communication equipment: 3725-002, 3727-700, and 3864-002. Potential
sources must demonstrate an inherent capability to provide required
services within the response and restoration time at the applicable FAA
facilities, as well as, ownership or authorized use of the necessary
repair data, diagnostic software and facilities to provide adequate
inventories of components and assemblies to effect any required system
repair. Prospective sources MUST clearly demonstrate meeting the
following Qualification Criteria: 1) demonstrate relevant experience in
the areas of hardware maintenance and logistics support for this
requirement, and 2) have available the facilities and equipment
necessary to support the accomplishment of the maintenance activities.
Qualifying firms are invited to respond with an expression of interest
in participating in this procurement and are requested to provide a
very brief description of their qualifications with respect to the
foregoing. The small business SIC Code is 7378 and size standard
applicable to the proposed acquisition is $18.0 million in annual
receipts. Responses are required on/before 30 days after publication of
this notice. Facsimile and telephone responses will not be accepted.
This notice is to assist the FAA in determining the potential for
competing this requirement in the future; no solicitation is currently
available. This notice of intent is not a request for competitive
proposals. Any interested party will be required to submit capability
statement to determine if they can provide the required services. A
determination by the Government not to limit competition, based upon
responses to this notice, is solely within the discretion of the
Government. Note 22 (0221) Loren Data Corp. http://www.ld.com (SYN# 0048 19950810\D-0026.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|