|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1998 PSA#2171Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mcclellan Air Force
Base Ca 95652-1060 D -- REMEDIAL/PREVENTIVE MAINTENANCE SOL F04699-98-R-0062 DUE 092598
POC For copy, contact the info office indicated., For additional
information contact Gamboa.K8g/Pkocc/[916]643-6825 The closing date is
an approximate date. This is a justified sole source requirement to
Schlumberger Technologies, ATE Division 1601 Technology Drive, San
Jose, CA 95110-1397. Only one responsible source and no other type of
supplies or services will satisfy agency requirements. The contractor
shall provide remedial and preventive mainenance of hardware/software
support for three (3) Schlumberger S790 Test Systems at McClellan AFB
with the following options: 9 ea, DS2-Universal Pins, 32 ea 9,
DS2-Universal Pins, 32 pins; 2 ea DS3-Universal high voltage pins, 32
pins; 1 ea, Advanced pins; 2 ea DS3-Universal high voltage pins, 32
pins; 1 ea, Advanced diagnostic package includes fast probe; 1 ea,
Functional analog package, diagnostic package includes fast probe; 1
ea, Functional analog package, analog signal routing back plane, power
supplies and IEEE-488 I/F; 1 ea, analog signal routing back plane,
power supplies and IEEE-488 I/F; 1 ea, MMI 30 MHz 64:12 matrix
(analog), 1 ea, RMI 30 MHz 64:12 Instrument MMI 30 MHz 64:12 matrix
(analog), 1 ea, RMI 30 MHz 64:12 Instrument routing; 3 ea, UUT PSU tray
for 2 units; 1 ea, UUT PSU 6V, 18 AMP; 4 ea, routing; 3 ea, UUT PSU
tray for 2 units; 1 ea, UUT PSU 6V, 18 AMP; 4 ea, UUT PSU 30V, 6AMP; 1
ea, Dummy TH PSU for. 12 slots; 1 ea; Dummy TH PSU -- UUT PSU 30V,
6AMP; 1 ea, Dummy TH PSU for. 12 slots; 1 ea; Dummy TH PSU -- NO DS#;
19 ea, Dummy card/blanking kit; 2 ea, 760 MB disk option for S790 NO
DS#; 19 ea, Dummy card/blanking kit; 2 ea, 760 MB disk option for S790
(External); 1 ea STD.DS3 option; 1 ea, high pin count package; 1 ea (1
(External); 1 ea STD.DS3 option; 1 ea, high pin count package; 1 ea (1
system has 2 ea), AMT line printer. The period of performance shall be
from the time of award until 30 Sep 1999 and four (4) three month
opations if the options are exercised. A maximum of 24 month. On-Site
repair shall be between the hours of 8:00AM and 5:00PM PST, Monday
through Friday, excluding weekends and Federal Holidays. Committed
response time of 8 hours from notification. Hardware maintenance shall
be performed continuously until the problem is resolved. Contractor
shall automatically activate an accelerated back-up plan to involve the
necessary technical resources shuld a problem cause repairs to exceed
redetermined time limits. An Ombudsman has been appointed to hear
concerns from offerors or potential offerors during the proposal
development phase of this acquisition. The purpose of the Omudsman is
not to diminish the authority of the program director or contracting
officer, but to communicate contractor concerns, issues, disagreements,
and recommendations to the appropriate government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to the
source of the concern. The Ombudsman does not participate in the
evaluation of proposal or in the source selection process. Interested
parties are invited to call the Ombudsman if your concerns are not
satisfied by the contracting officer. All responsible sources may
submit a proposal/quotation which shall be considered by the agency.
When requesting a solicitation, provide information as to whether you
organization (together with its affiliates) is a large or small
business and whether it is a small disadvantaged business. Requests
must be written. Verbal requests will not be honored. FAX number is
(916) 643-4157. The approximate issue/response date will be 27 Aug 98.
No telephone requests. Only written or faxed requests received
directly from the requestor are acceptable. All responsible sources
solicited may submit a bid, proposal, or quotation which shall be
considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies
(or Services) required are available from only one or a limited number
of responsible source(s) and no other type of supplies or services
will satisfy agency requirements. See Note (s) 22. Posted 08/28/98
(I-SN243051). (0240) Loren Data Corp. http://www.ld.com (SYN# 0031 19980901\D-0009.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|