Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1996 PSA#1749

US 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