|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13,1998 PSA#2199Federal 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-Market Sur 76-1 DUE 102398 POC Phyllis Townsley,
Contracting Officer (405) 954-7816 WEB: Click here to view a copy of
this market survey in, http://www.mmac.jccbi.gov/amq/opportun.htm.
E-MAIL: Click here to contact the contracting officer via,
9_AMQ-Internet@mmacmail.jccbi.gov. 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 certification (documentation) as an authorized IBM repair source
for the referenced equipment. (Sources shall also provide
documentation describing available resources necessary 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 effect repair. Certificate and resources documentation must be
provided with responses. If a vendor is not already certified and
wants to become certified interested offerors must take an A+
Certification test before IBM will provide certification as a
authorized repair source. This is a standard test and not specific to
IBM but a standard test for all industry, e.g., Hewlett-Packard. Once
the A+ certification test is successfully completed certification must
be processed through an IBM distributor. IBM will certify them as a
repair source through a distributor of IBM. IBM will not deal directly
with vendors. Questions regarding the certification process may be
directed to IBM Management Services at telephone 800-426-3391, option
4. Interested parties who 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
by October 26, 1998. The FAA willnot 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 10/08/98 (W-SN260779). (0281) Loren Data Corp. http://www.ld.com (SYN# 0293 19981013\70-0010.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|