|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1999 PSA#2365US Army Materiel Command Acquisition Center, Army Research Laboratory
Contracting Division, Attn: AMSRL-CS-PR, 2800 Powder Mill Road,
Adelphi, Maryland 20783-1197 D -- INFORMATION TECHNOLOGY SERVICES SOL DAAD17-99-R-9718 DUE 071599
POC Robin Stoltz, Contract Specialist, (301) 394-3381; Patricia Silsby,
Contracting Officer, (301) 394-3438 The proposed contract is for the
acquisition of remedial and preventive hardware maintenance for a
variety of minicomputers, workstations, printers, and data
communication systems provided by a variety of vendors to include, but
not limited to, 3COM, Digital Equipment Corporation, Hewlett Packard,
IBM, Sun Microsystems Corporation, and Silicon Graphics Inc. The
standard industrial classification (SIC) code for this acquisition is
7378. Required response time is 4 hours for critical systems and is 24
hours for non-critical systems. Specific requirements will include,
but are not limited to the following: formally trained maintenance
personnel; documented experience maintaining similar equipment; repair
escalation procedures; extensive parts stockage constantly updated to
the latest revision levels located within 25 miles of Adelphi, MD, 50
miles of Aberdeen Proving Ground, MD, 30 miles of Durham, NC, and a 75
mile radius of the perimeter of White Sands Missile Range, White Sands,
NM; tracking and installation of Original Equipment Manufacturer's
engineering change orders; and annual certification that systems are
eligible for Original Equipment Manufacturer's maintenance. Primarily
maintenance shall be performed at Army Research Laboratory, Adelphi,
MD, Aberdeen Proving Ground, Aberdeen, MD; and White Sands Missile
Range, White Sands, NM. However maintenance will also be provided for
Army Research Office, Durham, NC, Gaithersburg, MD; College Park, MD;
and Catonsville, MD. The anticipated contract type is Firm Fixed Price
with Time and Material line items under which task orders may be
issued. Maintenance personnel shall have a final TOP-SECRET personnel
security clearance with a current Single Scope Background Investigation
(SSBI) prior to contract initiation. The resultant contract will be for
a period of five years including options. It is the Governments
intention to issue only one contract award; however, the Government
will retain the right to award three separate contracts, one for the
work performedat the Maryland sites; one for the work performed at the
New Mexico site; and one for the work performed at the North Carolina
site. Small businesses are requested to submit qualification packages
reflecting relevant experience and past performance to be submitted to
ARL within 15 days of the CBD announcement, to ascertain the
possibility of a small business set-aside. If adequate responses are
not received from two or more qualified small businesses, ARL intends
to proceed under full and open competition. Qualification packages must
include the following information: 1) Describe how previous contracts
for maintenance of ADP systems have been monitored for performance in
the areas of response time, repair times, and customer satisfaction; 2)
Describe specific experiences with maintaining a large mix of ADP
systems; 3) Describe how the company's personnel are trained in
supporting the maintenance of ADP equipment and distinguishing hardware
problems from software faults; 4) Describe the company's spare parts
stocking level and procedures for determining appropriate stocking
levels; and 5) Describe any proactive management techniques used to
reduce system downtime. FAR Part 39.106 Year 2000 compliance is
applicable to this procurement. Posted 06/09/99 (W-SN340766). (0160) Loren Data Corp. http://www.ld.com (SYN# 0029 19990611\D-0007.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|