|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1998 PSA#2183Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3,
Wright-Patterson Afb Oh 45433-5309 J -- MAINTENANCE SOL F33601-98-Q-X664 DUE 093098 POC For copy,, For
additional information contact M. Alexander/Pkwrs/ [937]257-6338 This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as a supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
written solicitation will not be issued. This solicitation is issued as
a Request for Quotation (RFQ) number F33601-98-QX664 and incorporates
all provisions and clauses in effect thru FAC 97-03. This is a sole
source requirement IAW FAR 6301-1. This is a recurring requirement
non-personal services for maintenance and repair for Government owned
hardware and software located at DAASC, WPAFB, OH and DAASC, Tracy,
Stockton, CA. Reference previous contract number F33601-97-MR503. This
RFP has 6 line items. Item 0001 (1 lot) -- Maintenance support for IBM
RISC 6000/Model 7012-360 and 19 inch Color Display RISC Monitor 6091
(191). Item 0002 (1 lot) -- Maintenance Support for Computer Associates
CA-SYSVIEW; (1) Dayton, (1) Tracy, CA; Item 0003 CA-ONE (MVS); (0)
Dayton, (1) Tracy; Item 0004 (1 lot) -- Maintenance Support for MAXM
Server Concentrator, Model 360, (1) Dayton, (1) Tracy; Item 0005 (1
lot) -- Maintenance Support for MAXM Workstation Software, (3) Dayton,
(2) Tracy; Item 0006 (1 lot) -- Maintenance Support for IBM External
8-MM Tape Drive (Model 7208-0001), (1) Dayton, (1) Tracy. The
Contractor shall provide maintenance (labor and parts) and shall keep
all equipment in good operating condition. The contractor shall perform
preventative maintenance and specify in writing the frequency and
duration of the preventative maintenance. The basic monthly maintenance
shall entitle the government to one Principal Period of Maintenance
(PPM) daily. The PPM will be a twelve (12) hour period between the
hours of 6 a.m. and 6 p.m. The hours will be the same each day of the
week for each system and both sites. Contractor shall provide 2 hours,
24 hours per day, 365/366 days per year on-call maintenance. The
contractor shall provide software maintenance and response time shall
be within 24 hours of being reported by an authorized Government
representative. In cases of emergency, the contractor shall respond and
provide maintenance within 8 hours after the problem is reported. Only
commercially available part or parts equal in performance to new parts
shall be used in effecting repairs. All maintenance must be performed
on-site at both locations (WPAFB, OH and Tracy, CA). The contractor
shall provide status reports and present deliverables. Statement of
Work (SOW) will be furnished upon request. The following clauses apply:
52.212-3. Clauses 52.212-4 and 52.212-5 shall be included with any
offer. WPAFB intends to award to Lockheed Martin Federal Systems, 1801
State Route 17C, Owego, NY 13827-3998. POC: M. Alexander, ASC/PKWRS,
Wright-Patterson AFB, OH 45433. Fax number (937) 257-6390. The
approximate issue/response date will be 15 Sep 1998. The anticipated
award date will be 01 Oct 1998. Written procedure will be used for this
solicitation. 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. Mr. Stephen J. Plaisted has been appointed as Ombudsman
to hear concerns from offerors, or potential offerors, during the
proposal development. The purpose of the Ombudsman is to communicate
contractor concerns, issues, disagreements, and recommendations to the
appropriate government personnel. Existence of an Ombudsman does not
diminish the authority of the program director or the contracting
officer. Accordingly, the Ombudsman does not participate in the
preparation of solicitations, the evaluation of proposals or the source
selection process and, therefore, for routine matters on individual
solicitations, please contact the buyer at the telephone number listed
above. When requested the Ombudsman will maintain strict
confidentiality as to the source of the concern. Should you desire to
contact the Ombudsman, Mr.Plaisted can be reached at (937) 255-9095,
DSN 785-9095. His address is 1790 10th Street, Room 208,
Wright-Patterson AFB, OH 45433. Posted 09/16/98 (I-SN250717). (0259) Loren Data Corp. http://www.ld.com (SYN# 0043 19980918\J-0017.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|