|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1996 PSA#1749US Department of Commerce/National Oceanic and Atmospheric
Administration (NOAA), Acquistion Management Division (AMD), 1325 East
West Highway, Station 4301, Silver Spring, MD 20910-3283 D -- MAINTENANCE SERVICES FOR INTERGRAPH HARDWARE AND SOFTWARE SOL
52-DDNC-7-90002 POC Rubie B. King, Contract Specialist, Ina R. Merson,
Contracting Officer (301) 713-0839 The U.S. Department of
Commerce/NOAA/NOS intends to negotiate a sole-source contract with
Intergraph Corporation to provide on-site maintenance services for its
Intergraph Computer graphics hardware and software systems. The base
period of performance is five (5) months, with four (4) twelve (12)
months and one (1) seven (7) months option periods. Offerors shall
supply all labor, repair parts, software upgrades, documentation and
changes as required. The Resident Engineer must be factory-trained and
certified by Intergraph to perform preventive maintenance and
inspection of the equipment. The offeror shall also be required to
perform Per-Call maintenance with a four (4) hour response time outside
the principal period of performance. Potential Offerors must furnish
and support all necessary software and technical documentation, which
includes correction of errors, and original equipment manufacturer's
(OEM) sponsored modifications and revisions. Hardware included in this
system has been exclusively designed and configured to meet the
Government's requirements. Offerors shall be required to maintain an
inventory of spare parts and assemblies within the Washington
Metropolitian area. The software for the system is licensed by
Intergraph and is proprietary. The hardware and software to be
maintained encompasses over one hundred line items. The major items are
shown as follows: CPU's (1 each) Intergraph VAX 785, (1 each)
Interserve 5200; Memory(6 each) 8MB FMEMO62,(2 each) 64MB FMEM124; Disk
Drives (5 each) FDSK124 FP F/4,(3 each) FDSK125 337MB,(8 each) FDSK177
559MB,(2 each) FDSK269 991MB,(6 each) FDSK383 1GB,(1 each) FDSK381
2.1GB; (2 each) Interbus File Processor Upgrades; Tape Drives (2 each)
FMTPO68 6250 tape system,(5 each) FMTP129 2.36 cartridge; Terminals
(16 each) VT100; Workstations (4 each) FDSP041 Hi Performance Rasters,
(4 each) FDSP213 16Mb IV220,(1 each) IP6040,(1 each) IV6240, (4 each)
IV2020,(1 each) IP2730,(2 each) FFUR045 IV Opt for dual 21" TD-4,(2
each) UP2020; Backlit Digitizing Tables (5 each) FTIS015, (4 each)
FTIS079,(8 each) FTIS044 digitizer controllers for IP1, (1 each)
FTIS138,(1 each) FTIS145,(4 each) FTIS136 non-backlit, (3 each) FTIS133
digitizers; Terminal Servers(3 each) CS/100, (6 each) CS/210; Printers
(1 each) FLPR015 LA120,(2 each) FLPRXXX LP27-UA; Plotters (2 each)
FPLOT046 V80 plotters,(2 each) FPLT497 Versatec Plotters 8944-4R.
Intergraph licensed software include: VAX VMS OS, UNIX/CLIX OS, IGDS,
Microstation, Ingres, IPS, ACTEM, RISIC, XNS/VTP, IP/MFIBDL, CSSBase,
DecNetEnd, I/NFM, Plotter Drivers. A complete list of the equipment to
be maintained shall be provided upon written request. All responsible
sources shall respond by submitting a written narrative statement of
capability, including detailed technical information and other
technical information literature demonstrating the ability to meet the
above requirements. Potential offerers must provide at least three (3)
technical references regarding their experience with maintaining
Intergraph LAN systems. Pricing data including GSA Schedule if
applicable should be included. The response must be sufficient to
permit agency analysis to establish a bona fide capability to meet the
requirement. Telephonic or FAX responses shall not be accepted.
Failure to submit documentation will result in the Government
proceeding as above. Please refer to Solicitation No. 52-DNC-7-90002 in
your response. See Note 22 (0356) Loren Data Corp. http://www.ld.com (SYN# 0027 19961226\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|