Exhibit 10.17


                                                             OMB 0990-0115
- --------------------------------------------------------------------------------------------------------------------------
- --------------------------------------------------------------------------------------------------------------------------

                                                                                                              
     AWARD/CONTRACT                     1 THIS CONTRACT IS A RATED ORDER               RATING                PAGE OF PAGES
                                          UNDER DPAS (15 CFR 350)
PRIME                                                                                                          1   |   120
- ---------------------------------------------------------------------------------------------------------------------------
2. CONTRACT (Proc. Inst. Ident.) NO.    3. EFFECTIVE DATE              4. REQUISTION/PURCHASE REQUEST, PROJECT NO.
   600-95-21451                            See Page A-2                   See Continuation Sheet, Page A-3
- ---------------------------------------------------------------------------------------------------------------------------
ISSUED BY                          CODE                    6.  ADMINISTERED BY (if other than Item 5)  CODE               
                                       ----------------                                                    ----------------
                                                                                               

     See Continuation Sheet, Page A-2                                See Continuation Sheet, Page A-2

- ---------------------------------------------------------------------------------------------------------------------------
7. NAME AND ADDRESS OF CONTRACTOR (No., street, city, county, State, and ZIP Code)   8. DELIVERY
   U.S. Small Business Administration                                                                FOB Destination
   Washington District Office                                                        |_| FOB ORIGIN  |X| OTHER (See Below)
   1110 Vermont Avenue, NW, 9th Floor                                                --------------------------------------
   Washington, DC 20043-4500                                                         9. DISCOUNT FOR PROMPT PAYMENT
   ---------------------------------------                                           
   International Data Products Corporation                                                          Net 30
   20 Firstfield Road                                                                --------------------------------------
   Gaithersburg, MD 20878                                                            10. SUBMIT INVOICES       ITEM
   Attention: Ruth Caffrey                                                           (4 copies unless other-
- ------------------------------------------------------------------------------------ wise specified) TO THE    See Block 12
CODE TIN-52-1328445                    FACILITY CODE                                 ADDRESS SHOWN IN
- ---------------------------------------------------------------------------------------------------------------------------
11. SHIP TO/MARK FOR               CODE                    12. PAYMENT WILL BE MADE BY                 CODE
                                       ----------------                                                    ----------------
    See Section J.                                             Social Security Administration
                                                               Office of Finance
                                                               Post Office Box 47
                                                               Baltimore, MD 21235
- ---------------------------------------------------------------------------------------------------------------------------
13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETI-  14. ACCOUNTING AND APPROPRIATION DATA
    TION:      
               15 USC 637(a) Section 8(a)                      See Continuation Sheet, Page A-3
    |_| 10 U.S.C. 2304(c)(  )     |_| 41 U.S.C. 253(c)(  )   
- ---------------------------------------------------------------------------------------------------------------------------
15A. ITEM NO       15B. SUPPLIES/SERVICES               15C. QUANTITY       15D. UNIT     15E. UNIT PRICE    15F. AMOUNT
- ---------------------------------------------------------------------------------------------------------------------------
PSC 7025        Laptop Computers & Associated Peripherals

       1.       Equipment                                       1                 lot           $438,214          $438,214

       2.       Software                                        1                 lot             73,937            73,937

       3.       Outside PPM, No Trouble Found                   1                 lot               NTE              5,000
                Calls, etc.
- ---------------------------------------------------------------------------------------------------------------------------
                                                                                15G. TOTAL AMOUNT OF CONTRACT     $517,151
- ---------------------------------------------------------------------------------------------------------------------------
                                                   16. TABLE OF CONTENTS
- ---------------------------------------------------------------------------------------------------------------------------
(X)  SEC.           DESCRIPTION                    PAGE(S)      (X)  SEC.           DESCRIPTION                     PAGE(S)
- ---------------------------------------------------------------------------------------------------------------------------
                     PART I - THE SCHEDULE                                        PART II - CONTRACT CLAUSES
- ---------------------------------------------------------------------------------------------------------------------------
 X   A   SOLICITATION/CONTRACT FORM                A1-8          X    I   CONTRACT CLAUSES                          I1-12
- ---------------------------------------------------------------------------------------------------------------------------
 X   B   SUPPLIES OR SERVICES AND PRICES/COSTS     B1-3          PART III - LISTS OF DOCUMENTS, EXHIBITS AND OTHER ATTACH.
- ---------------------------------------------------------------------------------------------------------------------------
 X   C   DECRIPTION/SPECS/WORK STATEMENT           C1-26         X    J   LIST OF ATTACHMENTS                       J1-40
- ---------------------------------------------------------------------------------------------------------------------------
 X   D   PACKAGING AND MARKING                     D1-2                 PART IV - REPRESENTATIONS  AND INSTRUCTIONS       
- ---------------------------------------------------------------------------------------------------------------------------
 X   E   INSPECTION AND ACCEPTANCE                 E1-7               K   REPRESENTATIONS, CERTIFICATIONS AND
- -----------------------------------------------------------      X        OTHER STATEMENTS OF OFFEREORS             K-1
 X   F   DELIVERIES OR PERFORMANCE                 F1-5
- ---------------------------------------------------------------------------------------------------------------------------
 X   G   CONTRACT ADMINISTRATION DATA              G1-5               L   INSTRS. CONDS. AND NOTICES OF OFFERORS
- ---------------------------------------------------------------------------------------------------------------------------
 X   H   SPECIAL CONTRACT REQUIREMENTS             H1-9               M   EVALUATION FACTORS FOR AWARD
- ---------------------------------------------------------------------------------------------------------------------------
                               CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE
- ---------------------------------------------------------------------------------------------------------------------------
17. |X| CONTRACTOR'S  NEGOTIATED AGREEMENT  (Contractor is      18. |_| AWARD  (Contractor  is not  required  to sign this 
required to sign this  document and return _____ copies to      document.)  Your  offer on  Solicitation  Number  _______, 
issuing office.)  Contractor agrees to furnish and deliver      including  the  additions  or  changes  made by you  which 
all  items  or  perform  all the  services  set  forth  or      additions  or  changes  are set  forth in full  above,  is 
otherwise  identified above and on any continuation sheets      hereby  accepted as to the items  listed  above and on any 
for  the  consideration  stated  herein.  The  rights  and      continuation  sheets.  This award consummates the contract 
obligations  of the  parties  to  this  contract  shall be      which  consists  of  the  following  documents:   (a)  the 
subject to and governed by the  following  documents:  (a)      Government's  solicitation  and your  offer,  and (b) this 
this award/contract, (b) the solicitation, if any, and (c)      award/contract.   No  further   contractual   document  is 
such  provisions,  representations,   certifications,  and      necessary.                                                 
specifications,   as  are  attached  or   incorporated  by      
reference herein. (Attachments are listed herein.)
- ---------------------------------------------------------------------------------------------------------------------------
19A. NAME AND TITLE OF SIGNER (Type or print)                   20A.  NAME OF CONTRACTING OFFICER
     See Continuation Sheet, Page A-2                                 See Continuation Sheet, Page A-2
- ---------------------------------------------------------------------------------------------------------------------------
19B. NAME OF CONTRACTOR                   19C. DATE SIGNED      20B. UNITED STATES OF AMERICA         20C. DATE SIGNED    

BY_______________________________________     See Page A-2      BY_______________________________________     See Page A-2
  (Signature of person authorized to sign)                        (Signature of person authorized to sign)                
- ---------------------------------------------------------------------------------------------------------------------------
- ---------------------------------------------------------------------------------------------------------------------------

NSN 7540-01-152-8069                                       A-1                                  STANDARD FORM 26 (REV.4-85)
PREVIOUS EDITION UNUSABLE                                                                       Prescribed by GSA
                                                                                                FAR (48 CFR) 53.214(a)
                                      *U.S. GOVERNMENT PRINTING OFFICE: 1989 - 241-175



 


                        STANDARD FORM 26 - AWARD/CONTRACT
                        CONTINUATION SHEET/SIGNATURE PAGE

Standard Form (SF) 26, Block Numbers 3, 5, 6, 19A, 19B, 19C, 20A, 20B & 20C

                           TRIPARTITE AGREEMENT FOR:

                    Prime Contract Number:    600-95-21451
                    SBA Contract Number:      _____________
                    Contract Effective Date:  _____________

International Data Products Corporation
20 Firstfield Road
Gaithersburg, Maryland 20878

By:       /s/ Oscar Fuster                          6-26-95
   --------------------------------    ------------------------------
Name and Title: Oscar Fuster                          Date
                V.P. Marketing &
                Sales

U.S. Small Business Administration
Washington District Office
1110 Vermont Avenue, NW, 9th Floor
Post Office Box 34500
Washington, DC 20043-4500


By:       /s/ [ILLEGIBLE]                           7-11-95
   --------------------------------    ------------------------------
Name and Title:                                       Date

U.S. Social Security Administration
Office of Acquisition and Grants
1710 Gwynn Oak Avenue
Baltimore, Maryland 21207

By:  /s/ Marcia Friedman Katz                       6-26-95
   --------------------------------    ------------------------------
Name and Title: Marcia Friedman Katz                  Date
                Contracting Officer



                                     A-2




Prices contained on Page A-1 have been derived as follows:



                                                UNIT            TOTAL
         ITEMS                    QUANTITY      PRICE           PRICE
         -----                    --------      -----           -----
                                                        
1.  DGI Notebook II Series 500      107 ea.     $3,880         $415,160
    w/MS DOS 6.22 & MS Windows
    for Workgroups v3.11

2.  DGI Mouse                        25 ea.          8              200

3.  HP DeskJet 320                   78 ea.        293           22,854

4.  WordPerfect for Windows         107 ea.        295           31,565

5.  Lotus for Windows               107 ea.        281           30,067

6.  Laplink for Windows v6.0        107 ea.        115           12,305

7.  Outside PPM, No Trouble           1 lot        NTE            5,000
    Found Calls

Block 4, and Block 14
- ---------------------

Requisition - Accounting and Appropriation Data

R-3800-95-0208 - 2858704, 4003800, 319F, IFAS T205205LO  --  $274,527.00

R-3800-95-0208.1 - 2858704, 4003800, 319F, IFAS T205205LO -- $145,176.00

R-3318-95-7903 - 2858704, 4003318, 319F, IFAS 0301-30180 --  $ 97,448.00

  TOTAL CONTRACT AMOUNT:                                     $517,151.00


Award is made in accordance with International Data Products Corporation's 
(IDP) proposal dated May 1, 1995 and IDP's Best and Final Offer dated 
June 14, 1995.

The prices set forth in Section B of the contract have been derived from 
IDP's proposal dated June 14, 1995. Section G-1, "Contract Administration"; 
Section G-3, "Designation of Government Project Officer"; Section G-8 
"Contractor's Remittance or Check Mailing Address"; and Section G-9 
"Responsible Official(s) Who Can Receive Notification Of An Improper Invoice 
And Answer Questions Regarding The Invoice" have been completed as 
applicable. Section I, FAR clause 52.244-1 date was changed to FEB 1995; and 
on pages I-1 and I-12, Section I-12 FIRMR clause was changed to read 
201-39.5202-3. Section J, Attachment 7 -- "Contract Pricing Proposal Cover 
Sheet (Standard Form 1411)" is hereby deleted.


                                     A-3



SECTION A - SOLICITATION/CONTRACT FORM

A-1  52.219-11 - SPECIAL 8(A) CONTRACT CONDITIONS (FEB 1990)
A-2  52.219-12 - SPECIAL 8(A) SUBCONTRACT CONDITIONS (FEB 1990)
A-3  52.219-14 - LIMITATIONS ON SUBCONTRACTING (JAN 1991)
A-4  52.219-17 - SECTION 8(A) AWARD (FEB 1990)








                                     A-4





SECTION A - SOLICITATION/CONTRACT FORM

A-1  52.219-11 SPECIAL 8(A) CONTRACT CONDITIONS (FEB 1990)
     -----------------------------------------------------

     The Small Business Administration (SBA) agrees to the following:

     (a) To furnish the supplies or services set forth in this contract 
         according to the specifications and the terms and conditions hereof 
         by subcontracting with an eligible concern pursuant to the 
         provisions of section 8(a) of the Small Business Act, as amended (15 
         U.S.C. 637(a)).

     (b) That in the event SBA does not award a subcontract for all or a part 
         of the work hereunder, this contract may be terminated either in 
         whole or in part without cost to either party.

     (c) Except for novation agreements and advance payments, delegates to 
         the Social Security Administration the responsibility for 
         administering the subcontract to be awarded hereunder with complete 
         authority to take any action on behalf of the Government under the 
         terms and conditions of the subcontract; provided, however, that the 
         Social Security Administration shall give advance notice to the SBA 
         before it issues a final notice terminating the right of a 
         subcontractor to proceed with further performance, either in whole 
         or in part, under the subcontract for default or for the convenience 
         of the Government.

     (d) That payments to be made under any subcontract awarded under this 
         contract will be made directly to the subcontractor by the Social 
         Security Administration.

     (e) That the subcontractor awarded a subcontract hereunder shall have 
         the right of appeal from decisions of the Contracting Officer 
         cognizable under the Disputes clause of said subcontract.

     (f) To notify the Social Security Administration Contracting Officer 
         immediately upon notification by the subcontractor that the owner or 
         owners upon whom 8(a) eligibility was based plan to relinquish 
         ownership or control of the concern.



                                      A-5




A-2 52.219-12 SPECIAL 8(A) SUBCONTRACT CONDITIONS (FEB 1990)
    --------------------------------------------------------

    (a)  The Small Business Administration (SBA) has entered into Contract No. 
         600-95-21451 with the Social Security Administration to furnish the 
         supplies or services as described therein. A copy of the contract is 
         attached hereto and made a part hereof.

    (b)  International Data Products Corporation, hereafter referred to as 
         the subcontractor, agrees and acknowledges as follows:

         (1) That it will, for and on behalf of the SBA, fulfill and perform 
             all of the requirements of Contract No. 600-95-21451 for the 
             consideration stated therein and that it has read and is 
             familiar with each and every part of the contract.

         (2) That the SBA has delegated responsibility, except for novation 
             agreements and advance payments, for the administration of this 
             subcontract to the Social Security Administration with 
             complete authority to take any action on behalf of the 
             Government under the terms and conditions of this contract.

         (3) That it will not subcontract the performance of any of the 
             requirements of this subcontract to any lower tier subcontractor 
             without the prior written approval of the SBA and the designated 
             Contracting Officer of the Social Security Administration.

         (4) That it will notify the Social Security Administration 
             Contracting Officer in writing immediately upon entering an 
             agreement (either oral or written) to transfer all or part of 
             its stock or other ownership interest to any other party.

     (c) Payments, including any progress payments under this subcontract, 
         will be made directly to the subcontractor by the Social 
         Security Administration.

A-3 52.219-14 LIMITATIONS ON SUBCONTRACTING (JAN 1991)
    --------------------------------------------------

    (a)  This clause does not apply to the unrestricted portion of a 
         partial set-aside.

    (b)  By submission of an offer and execution of a contract, the 
         Offeror/Contractor agrees that in performance of the contract in the 
         case of a contract for--

                                  A-6




(1)  Services (except construction). At least 50 percent of the cost
     of contract performance incurred for personnel shall be expended
     for employees of the concern.

(2)  Supplies (other than procurement from a regular dealer in such
     supplies). The concern shall perform work for at least 50 percent
     of the cost of manufacturing the supplies, not including the cost
     of materials.

(3)  General construction. The concern will perform at least 15 percent
     of the cost of the contract, not including the cost of materials,
     with its own employees.

(4)  Construction by special trade contractors. The concern will perform
     at least 25 percent of the cost of the contract, not including the
     cost of materials, with its own employees.

A-4 52.219-17 SECTION 8(A) AWARD (FEB 1990)
- -------------------------------------------

(a)  By execution of a contract, the Small Business Administration
     (SBA) agrees to the following:

     (1)  To furnish the supplies or services set forth in the contract
          according to the specifications and the terms and conditions
          by subcontracting with the Offeror who has been determined
          an eligible concern pursuant to the provisions of section 8(a)
          of the Small Business Act, as amended (15 U.S.C. 637(a)).

     (2)  Except for novation agreements and advance payments, 
          delegates to the Social Security Administration the 
          responsibility for administering the contract with
          complete authority to take any action on behalf of the
          Government under the terms and conditions of the contract;
          provided, however that the contracting agency shall give
          advance notice to the SBA before it issues a final notice
          terminating the right of the subcontractor to proceed with
          further performance, either in whole or in part, under the
          contract.

     (3)  That payments to be made under the contract will be made 
          directly to the subcontractor by the contracting activity.


                                     A-7



     (4)  To notify the Social Security Administration Contracting
          Officer immediately upon notification by the subcontractor
          that the owner or owners upon whom 8(a) eligibility was based
          plan to relinquish ownership or control of the concern.

(b)  The offeror/subcontractor agrees and acknowledges that it will, 
     for and on behalf of the SBA, fulfill and perform all of the
     requirements of the contract.






                                     A-8




SECTION B -- SUPPLIES OR SERVICES AND PRICES/COSTS

B-1 DETAILED EQUIPMENT AND SOFTWARE PRICE TABLE

B-2 ON-CALL MAINTENANCE DURING PRINCIPAL PERIOD OF MAINTENANCE PRICE TABLE

B-3 OUTSIDE PRINCIPAL PERIOD OF MAINTENANCE PRICE TABLE

B-4 NO TROUBLE FOUND CALL PRICE TABLE






                                        B-1




B-1 DETAILED EQUIPMENT AND SOFTWARE PRICE TABLE

Contract Years 1 & 2 Pricing



                                                       UNIT
       DESCRIPTION                                     PRICE
       -----------                                     -----
                                                 

1.     DGI Notebook II Series 500C                     $3,880

2.     DGI Mouse                                       $    8

3.     HP DeskJet 320                                  $  293

4.     MS DOS 6.22                                       NSP

5.     MS Windows for Workgroups v3.11                   NSP

6.     WordPerfect for Windows                         $  295

7.     Lotus for Windows                               $  281

8.     Laplink for Windows v6.0                        $  115


Contract Year 3 Pricing

                                                       UNIT
       DESCRIPTION                                     PRICE
       -----------                                     -----

1.     DGI Notebook II Series 500C                     $3,880

2.     DGI Mouse                                       $    8

3.     HP DeskJet 320                                  $  283

4.     MS DOS 6.22                                       NSP

5.     MS Windows for Workgroups v3.11                   NSP

6.     WordPerfect for Windows                         $  295

7.     Lotus for Windows                               $  281

8.     Laplink for Windows v6.0                        $  115



                                  B-2



B-2  ON-CALL MAINTENANCE DURING PRINCIPAL PERIOD OF MAINTENANCE PRICE TABLE



                                             FIXED MONTHLY RATE PER UNIT
                                             --------------------------
    DESCRIPTION                       YR.1     YR.2     YR.3     YR.4     YR.5
    -----------                       ----------------------------------------
                                                           

1.  DGI Notebook II Series 500C        N/C      $20      $24      $28      $30

2.  DGI Mouse                          N/C      N/A      N/A      N/A      N/A

3.  HP DeskJet 320                     N/C      $13      $17      $18      $20

4.  MS DOS 6.22                        N/C      N/C      N/C      N/C      N/C

5.  MS Windows for Workgroups v3.11    N/C      N/C      N/C      N/C      N/C

6.  WordPerfect for Windows            N/C      N/A      N/A      N/A      N/A

7.  Lotus for Windows                  N/C      N/A      N/A      N/A      N/A

8.  Laplink for Windows v6.0           N/C      N/A      N/A      N/A      N/A



B-3  OUTSIDE PRINCIPAL PERIOD OF MAINTENANCE PRICE TABLE



                                                  FIXED HOURLY RATE
                                                  -----------------
                                      YR.1     YR.2     YR.3     YR.4     YR.5
                                      ----------------------------------------
                                                           

    Weekdays                          $115     $115     $115     $115     $115

    Saturdays                         $115     $115     $115     $115     $115

    Sundays                           $115     $115     $115     $115     $115

    Holidays                          $115     $115     $115     $115     $115


    Minimum Charge                    $115     $115     $115     $115     $115

    Maximum Charge                    $575     $575     $575     $575     $575



B-4  NO TROUBLE FOUND CALL PRICE TABLE

     FIXED HOURLY RATES YEARS 1 - 5    -   $89.00


                                     B-3


SECTION C--DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

C-1   SCOPE OF WORK

C-2   MANDATORY GENERAL REQUIREMENTS

C-3   MANDATORY EQUIPMENT/SOFTWARE SPECIFICATIONS

C-4   INSTALLATION/DELIVERY

C-5   MAINTENANCE

C-6   FIELD PROVEN EQUIPMENT AND SOFTWARE

C-7   EXISTING FACILITIES

C-8   USED EQUIPMENT

C-9   SOFTWARE SUPPORT

C-10  TECHNOLOGY SUBSTITUTION

C-11  MINIMUM/MAXIMUM QUANTITIES


                                     C-1


C-1  SCOPE OF WORK

(a)  The contractor shall furnish, as required, the hardware, software, 
     supplies, maintenance and other contractor support services required for 
     the installation and support of all items supplied under this contract. 
     Such hardware, software, supplies, maintenance and other contractor 
     support services shall be supplied in conformance with the terms and  
     conditions of this contract.

(b)  These specifications describe the necessary hardware,  software and 
     services used to support notebook computers for Social Security 
     Administration (SSA) offices nationwide. The equipment will be used to 
     support distributed data processing (DDP) and automation activities in 
     all SSA offices (i.e., central office components in Woodlawn and 
     Baltimore, Maryland; 10 regional offices; 6 program service centers; 74 
     area director offices; 35 teleservice center offices; and over 1,400 
     district, branch and hearings offices).

(c)  The contractor shall provide the hardware, software, supplies and 
     services according to the specifications stated in Section C. These 
     specifications are mandatory and are stated in the terms of minimum 
     capacities, rates of operation and characteristics required by the 
     Government. Any additional components necessary to satisfy the specified 
     performance and configuration requirements must also be identified, 
     provided and included in the equipment cost tables in Section B.

(d)  The contract shall be a firm-fixed price, indefinite quantity contract 
     with the minimum and maximum quantities identified in Section C-11. The 
     equipment and software is to be ordered before the end of Contract Year 
     3.


C-2  MANDATORY GENERAL REQUIREMENTS

(a)  Compatibility

     The objective of this procurement is to provide DDP and automation 
     capabilities to SSA offices. The notebook computers shall be 
     multifunctional. It is SSA's intention to use this equipment with the 
     software provided in this contract plus commercial off-the-shelf software 
     and custom developed applications obtained outside this contract. SSA 
     may connect this equipment with local area networks (LAN) and wide area 
     networks (WAN). In order for the equipment provided in this contract
     to become an integral part of SSA's Information Systems strategy, it is 
     essential that it have certain operating characteristics. The equipment


                                      C-2


     selected for this contract must be compatible with the IBM PC/AT. This 
     does not mean that the equipment must be IBM, but that it fully 
     accommodate hardware and software designed to operate on IBM hardware.

(b)  Safety

     (1)  Shielded Power Supply - All power supplies must be shielded.

     (2)  FCC Certification - All hardware, where applicable, must meet FCC 
          requirements for certification of compliance with maximum allowable 
          radiation limits.  The notebook computer, mouse, and printer must 
          be FCC Class B certified as of the release date of this 
          solicitation and have FCC stickers displayed externally on the 
          hardware.

     (3)  UL Approval - All hardware requiring a 120 volt power source must be 
          Underwriter's Laboratories (UL) listed (approved) as of the release 
          date of this solicitation.


C-3  MANDATORY EQUIPMENT/SOFTWARE SPECIFICATIONS

(a)  NOTEBOOK COMPUTER

     The notebook computer must meet the following specifications:

     (1)  General Requirements

          a.   Notebook Computer Configuration

               A notebook computer must consist of:

               1)   A system unit;
               2)   A display;
               3)   A fixed disk drive;
               4)   A diskette drive and diskettes;
               5)   A keyboard;
               6)   A carrying case;
               7)   A battery;
               8)   An AC adapter (if required);
               9)   A spare battery, and spare AC adapter;
               10)  A pointing device;
               11)  File transfer software and cable;
               12)  A data/fax modem;
               13)  A portable, battery powered printer; and
               14)  Documentation.


                                      C-3


          b.   The entire system, including system unit, display, keyboard, 
               and battery must close into a single unit for transportation.

          c.   The entire system including system unit, display, fixed disk 
               drive, diskette drive, keyboard, battery, AC power connection, 
               pointing device, and carrying case must not exceed ten (10) 
               pounds in weight.

          d.   The notebook computer must meet FCC requirements for 
               certification of compliance with maximum allowable radiation 
               limits. It must be FCC Class B certified as of the closing 
               date of this solicitation and have a FCC sticker displayed 
               externally on the hardware.

          e.   Documentation

               Documentation for the notebook computer shall be delivered at 
               a ratio of one (1) set of documentation for each notebook 
               computer. All manuals must be original and phototypeset. 
               Manuals must be the same quality as those provided by the 
               manufacturer to its commercial customers. The cost of the 
               documentation shall be included in the cost of the notebook 
               computer.

          (2)  System Unit

               a.   Processor and Operating System Compatibility

                    The notebook computer processor must support PC-DOS or 
                    MS-DOS Versions 6.0 and later as well as OS/2 Version 
                    2.1. Applications designed to run under these operating 
                    systems must work properly on the offered hardware 
                    without hardware or software modification. At a minimum, 
                    all notebook computers must support all of the software 
                    included in this contract.

               b.   Applications Software Compatibility

                    The notebook computer must support all of the workstation 
                    software included in this contract along with Government 
                    furnished software (i.e., cc:Mail and Organizer).

               c.   Must include a 15-pin connector for attachment of an 
                    external 256-color SVGA (1024x768) monitor.


                                      C-4




     d.   Microprocessor must be an Intel 486DX2 or equivalent and must 
          operate at a speed of 66 megahertz or greater.

     e.   Must provide power management features to spin down the hard drive, 
          turn off the display's backlighting, and slow down the CPU and 
          clock.

          1)   Power management features must be user-definable, i.e. must be 
               able to be turned on and off and set to variable times.

          2)   When the system resumes full power, it must be returned to the 
               same state it was in when power management was invoked.

          3)   Power management features must be able to be invoked 
               automatically at the preset time or manually invoked to 
               start immediately.

     f.   Each notebook computer must be equipped with two PCMCIA (Personal 
          Computer Memory Card International Association) Type II slots which 
          are fully compliant with release 2.0 of the PCMCIA standard.

     g.   Must include an internal day/date time clock with battery backup, 
          so that date and time is maintained when the system is turned off, 
          or electrical power fails.

     h.   Must have a minimum of 16MB of RAM on the motherboard.

     i.   Must be equipped with a serial port with a connector that is either 
          an IBM-compatible 9-pin male serial connector or a 25-pin male 
          connector conforming to EIA RS-232C specifications. This serial 
          port must use the 16550AFN UART chip.

     j.   Must be equipped with an enhanced parallel port (EPP) with an 
          IBM-compatible 25-pin connector that allows connection to devices 
          that use a Centronics parallel communications interface.

     k.   Must be equipped with a speaker or functional equivalent.


                                      C-5




(3)  Notebook Computer Display/Adapter Specifications

     Each notebook computer must be equipped with an active matrix color 
     display and adapter that meet the following specifications:

     a.   Must be an active-matrix color display.

     b.   The display adapter must interface to the processor through a local 
          bus.

     c.   In text mode, the video display must have a minimum of 25 lines 
          with 80 characters per line.

     d.   The video display and adapter must be compatible with the IBM Super 
          Video Graphics Array (SVGA - 1024 X 768) and must contain at least 
          1Mb of video memory.

     e.   The video display must be high quality to allow easy viewing and 
          reading of data from the display.

     f.   The visible portion of the screen must measure a minimum of eight 
          and one-half (8.5) inches on the diagonal.

(4)  Notebook Computer Fixed Disk Drive

     Each notebook computer must contain a fixed disk drive that meets the 
     following specifications:

     a.   Must have a minimum formatted capacity of 300MB as validated by the 
          operating system disk management utility (1MB = 1048576 bytes).

     b.   Must have a visible in-use indicator.

     c.   Fixed disk read/write heads must automatically "park" (i.e., move 
          to a position to avoid physical damage) during normal power-down of 
          the system.

(5)  Notebook Computer Diskette Drive

     Each notebook computer must be equipped with a diskette drive that meets 
     the following specifications:

     a.   Must have a formatted capacity of 1.44MB.

     b.   Must have a visible in-use indicator.


                                      C-6


     c.   Must read and write 3.5 inch, 1.44MB diskettes. Formatting of 
          1.44MB diskettes must be performed on the notebook computers 
          provided.

     d.   Must read and write 3.5 inch, 720KB diskettes 
          Formatting of 720KB diskettes must be performed on the notebook 
          computers provided.

     e.   Must be compatible with the IBM PS/2 diskette drive. Data exchange 
          must not require the use of conversion.

(6)  Notebook Computer Keyboard

     Each notebook computer must be equipped with a keyboard that meets the 
     following specifications:

     a.   Capable of generating the full 127 character American Standard Code 
          for Information Interchange (ASCII) set (decimal characters 1-127) 
          and the IBM high order ASCII characters (decimal characters 
          128-255).

     b.   Standard typewriter style layout (QWERTY) with standard placement 
          of the Shift and Carriage Return keys.

     c.   The Pg-Up, Pg-Dn, Home and End keys must be invoked in a single key 
          stroke (without the need for any other keys).

     d.   There must be at least twelve (12) user definable function keys.

     e.   Function key operation must be capable of being redefined by Alt, 
          Ctrl and Shift Keys.

     f.   Must have an automatic repeat function for all printable ASCII 
          characters, cursor controls and backspace functions.

     g.   A multikey rollover function must be included (i.e., when more than 
          one key is depressed simultaneously, the effective key is the last 
          one depressed).

(7)  Carrying Case

     Must include a carrying case for transporting the notebook computer, AC 
     adapter (if required), modem, portable printer, and manuals. The 
     carrying case must include both hand and shoulder straps.


                                      C-7


(8)  Battery

     a.   Must be equipped with a rechargeable nickel metal hydride, lithium 
          ion, or lithium polymer battery power supply with a rated life of 
          at least two and one half (2 1/2) hours without the need for 
          recharging. The battery must be located such that the user has easy 
          access to it for replacement.

     b.   Must be equipped with an indication of low battery power.

(9)  AC Adapter

     The notebook computer must be capable of operating on a 110 volt, 60 
     cycles per second alternating current power source. The power cord must 
     be at least nine (9) feet long.

(10) Battery/Charger Only (1)

     Each notebook computer must be supplied with a spare battery, a spare 
     battery charger, and a spare power supply (if required) to allow 
     charging of the spare battery while the computer is in use.

(11) Notebook Computer Pointing Device

     Each notebook computer must be equipped with a pointing device that 
     meets the following specifications:

     a.   The pointing device must be integral to the computer.

     b.   Must have a minimum of two (2) buttons and a maximum of four (4).

     c.   Must include a driver for Microsoft Windows that enlarges the 
          cursor in Graphical User Interface (GUI) mode for easy viewing.

(12) Serial Mouse

     A mouse will be ordered configured with some notebooks. It must meet the 
     following specifications:

     a.   Ball Type Mouse

          Must operate on any flat surface without the need for special pads 
          or surfaces.


                                      C-8


     b.   Resolution

          Must have a resolution of at least 400 points per inch.

     c.   Buttons

          Must have at least two (2) and no more than three (3) buttons.

     d.   Cord Length

          Cord length must be at least six (6) feet.

     e.   Applications Software Compatibility

          Must support, at minimum, all of the software provided under this 
          contract, and Microsoft Windows 3.1.

     f.   Right/Left Handed Use

          Buttons must be re-assignable for right- or left- handed use.

     g.   Connector

          Must include a DB-9 serial connector.

(13) File Transfer Software/Cable

     a.   Each notebook computer must include software that has the 
          capability of transferring files across the cables provided to 
          workstations using both the parallel port and the serial port at a 
          minimum speed of 115,000 bits per second.

     b.   Software for both the notebook computer and the workstation shall 
          be provided.

     c.   A cable, at least 10 feet long, with 25-ping male connectors on 
          both ends must be provided for connections using the parallel port.

     d.   A null-modem cable, at least 10 feet long, with both 9-pin and 
          25-pin female connectors at both ends must be provided for 
          connections to other workstations using the serial port.


                                      C-9


(14) Data/Fax Modem

     Must include an asynchronous data/fax modem that interfaces with the 
     notebook either internally, through the PCMCIA slot, or externally 
     through the RS-232C port. This modem must meet the following 
     specifications:

     a.   Must operate at 14,400, 9600 and 2400 bits per second (bps) for 
          data and 14,400 and 9600 bps for fax. Must use CCITT v.42 bis, 
          v.42, v.32, v.32 bis, and v.22 bis standard protocols, and be fully 
          compatible with the Hayes AT command set.

     b.   Must support Microcom Networking Protocol (MNP) level 5 data 
          compression protocol.

     c.   Provide asynchronous transmission with full duplex operation.

     d.   Able to both originate and answer calls, and support automatic 
          dialing via the Hayes AT command set.

     e.   Must support automatic fallback.

     f.   Must be compatible with cc:Mail from Lotus Development Corp.

     g.   Must have minimum diagnostics capabilities which include local and 
          remote digital-loopback tests.

     h.   Must have FCC Class B certification as of the closing date of this 
          solicitation.

     i.   If internal or PCMCIA, must be configurable to COM1, COM2, and COM3.

     j.   If the modem is external, it must be powered by both AC and 
          battery; must be pocket sized; a new, fresh alkaline battery and a 
          minimum four feet long interface cable must be provided; and a case 
          must be provided to accommodate the modem, AC adapter, and cable.

     k.   Documentation for the modem shall be delivered at a ratio of one 
          (1) set of documentation for each notebook computer. All manuals 
          must be original and phototypeset. Manuals must be the same quality 
          as those provided by the manufacturer to its commercial customers. 
          The cost of the documentation shall be included in the cost of the 
          notebook computer.


                                     C-10


      (15)  Portable Printer

            Some of the notebook computers will require printers.  The 
            printers must be portable and meet the following 
            specifications:

            a.    Must print the 95-character ASCII subset (decimal 
                  characters 32-126) as well as the IBM extended ASCII 
                  character set (decimal characters 128-254).

            b.    The printer must have a manufacturer's rated speed of at
                  least two (2) pages per minute in letter quality mode.

            c.    Must include at least 48KB of RAM.  The memory must be 
                  fully contained and integrated into the printer.

            d.    Must interface to an IBM-compatible parallel printer port.

            e.    Must be capable of operating on a 110 volt, 60 cycles per   
                  second alternating current power source.

            f.    Must be equipped with a rechargeable battery power supply 
                  capable of printing at least 100 text pages without 
                  recharging as rated by the manufacturer.

            g.    The battery must be recharged whenever the printer is 
                  connected to an AC power source.

            h.    Must use a print process of plain paper drop on-demand 
                  thermal ink jet printing with an ink jet cartridge that 
                  contains at least 50 jets.

            i.    Must include a printer cable at least ten (10) feet long to 
                  connect the printer to the notebook computer.

            j.    Must provide at least the following resident (come 
                  internally installed in the printer, not downloaded) or 
                  cartridge resident fonts.  If a font cartridge is required, 
                  it must be provided with each printer. Fonts must include:

                  1)    Courier 10 pitch (portrait and landscape orientation);

                  2)    Font using pitch between 16 and 20 (portrait 
                        orientation); 

                                     C-11



                  3)    Font using pitch between 16 and 20 (landscape 
                        orientation);

                  4)    Proportional spacing sans serif font; and

                  5)    Proportional serif font.

            k.    All fonts required must support bold, underline, 
                  superscript/subscript, italics and combinations thereof.

            l.    Just be capable of printing a full page of graphics and/or 
                  text at 300 dots per inch in a single pass with the 
                  equipment provided.

            m.    Must be capable of printing on overhead transparencies and 
                  labels.

            n.    Must provide Hewlett-Packard (HP) Printer Control Language 
                  Level 3 (PCL3) emulation.

            o.    Must support an optional single-bin cut sheet feeder 
                  capable of holding at least 50 sheets.

            p.    Must accept paper weights from 16 to 24 pounds inclusive.

            q.    Must have a manufacturer's recommended duty cycle of at 
                  least 500 pages per month.

            r.    Must have a MTBF of at least 20,000 hours of use, as rated 
                  by the manufacturer.

            s.    The contractor must provide with each printer, enough 
                  supplies (other than paper) to accommodate the printing of 
                  at least 1500 pages at 5% coverage.  The quantities 
                  provided must be based on manufacturer recommended duty 
                  cycle or replacement intervals.  All supplies must include 
                  clear instructions on their use and replacement procedures.

            t.    Must provide manual controls to perform the following 
                  functions:

                  1)    Power on;
                  2)    Online/Offline;
                  3)    Font;
                  4)    Draft;
                  5)    Printout of available fonts;
                  6)    LF/FF; and
                  7)    Change Pen/Menu.

                                     C-12



            u.    Printer supplies, including cartridges and other consumable 
                  items, must be available to the Government from 
                  independent suppliers.

            v.    Must be fully operational with and supported by all of the 
                  software available in this contract.  The contractor must 
                  identify and implement any installation options and 
                  drivers necessary to make the printer fully operational 
                  with the software. 

            w.    Printer noise level, as measured by the manufacturer, must be 
                  no greater than 45 dBA (A-weighted sound pressure level) 
                  when measured at a distance of one meter from the front of 
                  the printer.

            x.    The portable printer must meet FCC requirements for 
                  certification of compliance with maximum allowable 
                  radiation limits.  It must be FCC Class B certified as of 
                  the closing date of this solicitation and have an FCC 
                  sticker displayed externally on the hardware.

            y.    Documentation

                  Documentation for the printer shall be delivered at a 
                  ratio of one (1) set of documentation for each notebook 
                  computer.  All manuals must be original and phototypeset.  
                  Manuals must be the same quality as those provided by the 
                  manufacturer to its commercial customers.  The cost of the 
                  documentation shall be included in the cost of the 
                  notebook computer.

(b)   Software 

      (1)   Operating System

            Each notebook computer must be provided with operating 
            system software.  The software must meet the following 
            specifications:

            a.    Disk Operating System

                  An operating system must be provided that recognizes and 
                  executes the same command set and functions in a manner 
                  identical to one of the following operating systems:

                  -  PC-DOS version 6.1 as published by IBM; or
                  -  MS-DOS version 6.2 as published by Microsoft Corporation.

                                     C-13



            b.    Utilities

                  Utilities equivalent to those included with PC-DOS 6.1 and 
                  MS-DOS 6.2 must be provided.  These utilities must include 
                  a virtual disk driver to emulate a disk drive in RAM 
                  (RAMDRIVE), a print spooler to expedite printing 
                  operations (PRINT), an extended memory manager (HIMEM), an 
                  expanded memory emulator (EMM386), a disk caching program 
                  (SMARTDRV), a file/directory/drive backup program, HELP 
                  command, and MORE, SORT and FIND filters.

            c.    High Memory Loadable

                  The operating system must be capable of loading into the 
                  high memory area to the extent possible in order to make 
                  maximum conventional memory available for applications 
                  software.

            d.    Upper Memory Area

                  The operating system must provide the capability of loading 
                  device driver software and resident programs into the 
                  upper memory area.

            e.    Hardware Compatible

                  The operating system must be fully supported by the 
                  hardware.

            f.    Documentation

                  Each copy of the operating system must come with a complete 
                  set of documentation.  All manuals must be original and 
                  phototypeset. Manuals must be the same quality as those 
                  provided by the manufacturer to commercial customers. 

      (2)   Graphical User Interface (GUI)

            The Graphical User Interface must meet the following:

            a.    For each notebook, the contractor shall provide Microsoft 
                  Windows version 3.1 or Windows for Workgroups 3.11 
                  (standalone). 

            b.    Each copy of Microsoft Windows 3.1 or Windows for 
                  Workgroups 3.11 (standalone) must be complete with all of 
                  the functions and features that are included in the 
                  packaging of the software for commercial customers.

            c.    Each copy of Microsoft Windows 3.1 or Windows for 
                  Workgroups 3.11 (standalone) must be provided with

                                     C-14



                  an original copy of the user's manual.

            d.    Each copy of Microsoft Windows 3.1 or Windows for 
                  Workgroups 3.11 (standalone) must include drivers for the 
                  following printers:

                  -     Hewlett Packard P320 Deskjet;
                  -     Fujitsu DL3400 and DL3600;
                  -     Hewlett Packard LaserJet Series II;
                  -     Hewlett Packard LaserJet Series III;
                  -     Hewlett Packard LaserJet Series 4; and
                  -     IBM 4019 LaserPrinter E.

            (3)   Word Processing Software/Windows

                  Wordperfect from Wordperfect Corporation has been 
                  established as an agency standard at SSA.  Wordperfect for 
                  Windows will be ordered configured with each notebook.  It 
                  must meet the following specifications:

            a.    For each order, the contractor shall provide WordPerfect 
                  6.1 for Windows.

            b.    Each copy of WordPerfect for Windows must be complete with 
                  all of the functions and features that are included in the 
                  packaging of the software for commercial customers.

            c.    Each copy of WordPerfect for Windows must be provided with 
                  an original copy of the WordPerfect 6.1 for Windows manual.

            d.    Each copy of WordPerfect for Windows must be provided with 
                  a WordPerfect 6.1 for Windows template.  The template must 
                  be of a quality comparable to that provided to commercial 
                  WordPerfect customers.

            e.    Each copy of WordPerfect for Windows must include, at a 
                  minimum, drivers for the following printer models:

                  -     Hewlett Packard P320 Deskjet;
                  -     Fujitsu DL3400 and DL3600;
                  -     Hewlett Packard LaserJet Series II;
                  -     Hewlett Packard LaserJet Series III;
                  -     Hewlett Packard LaserJet Series 4; and
                  -     IBM 4019 LaserPrinter E.

            f.    Each copy of WordPerfect for Windows must be provided with 
                  a copy of the WordPerfect 6.1 for Windows tutorial.

                                     C-15




      (4)   Spreadsheet Software/Windows

            Lotus 1-2-3 from Lotus Development Corporation has been 
            established as an SSA standard. Lotus 1-2-3 for Windows 
            may be ordered configured with each notebook.  It must meet 
            the following specifications:

            a.    For each order, the contractor shall provide Lotus 1-2-3 
                  Release 5.0 for Windows.

            b.    Each copy of Lotus 1-2-3 for Windows must be complete with 
                  all of the functions and features that are included in the 
                  commercial packaging of the software for commercial customers.

            c.    Each copy of Lotus 1-2-3 for Windows must be provided with 
                  an original copy of the 1-2-3 Release 5.0 for Windows manual.

            d.    Each copy of Lotus 1-2-3 for Windows must be provided with 
                  an original copy of the Lotus 1-2-3 Release 5.0 for 
                  Windows quick reference guide. The quick reference card 
                  must be of a quality comparable to that provided to 
                  commercial Lotus 1-2-3 customers.

            e.    Each copy of Lotus 1-2-3 for Windows must be provided with 
                  a copy of the Lotus 1-2-3 Release 5.0 for 
                  Windows tutorial.

      (5)   File Transfer Software - See Section C-3 (a) (13)

C-4  INSTALLATION/DELIVERY

(a)   Miscellaneous

      (1)   Equipment from this contract shall be ordered in one of two ways, 
            at the option of the Government:

            a.    SYSTEM ORDERS are comprised of a notebook, in addition to 
                  some number of accessories.

            b.    STANDALONE ORDERS are orders for accessory equipment 
                  separate from a notebook (i.e. HP320 Printer).

      (2)   Standalone orders shall be shipped or delivered to the site 
            specified by the Government and installed by the Government with 
            telephone assistance from the contractor, if required.

                                      C-16


      (3)   System orders shall be shipped to the appropriate sites with all 
            software loaded and operational on the fixed disk.

      (4)   All orders, except those to SSA headquarters in Woodlawn, 
            Maryland must be delivered to the building and room location 
            specified in the delivery order (inside delivery).

      (5)   Deliveries made to SSA headquarters in Woodlawn, Maryland shall 
            arrive at the SSA loading dock between the hours of 7:00 a.m. and 
            noon. The contractor must provide a minimum of one day 
            pre-shipment notice to the Project Officer or the designated 
            alternate Project Officer, whose names will be provided in 
            Section G-3.

      (6)   Equipment shipped to SSA headquarters in Woodlawn, Maryland shall 
            be delivered on pallets.

      (7)   The contractor must provide all necessary cables and connectors.

(b)   System Assembly and Burn-in Procedures

      (1)   Hardware Burn-in

            The contractor must assemble and burn-in each system prior to 
            shipment according to the following procedure:

            a.    The system hard disk must be initialized with a sector 
                  interleave of 1-to-1.

            b.    The fixed disk must be formatted with the operating system 
                  and operationally configured, including the display and any 
                  orderable accessory items.

            c.    The system diagnostics must be run continuously for at 
                  least 24 hours and all detected errors must be resolved 
                  prior to shipment.

            d.    There shall be no "bytes in bad sectors" (from DOS CHKDSK 
                  command) on any of the system fixed drives delivered.

      (2)   Software Loading

            The operating system, Microsoft Windows, and all additional 
            software ordered shall be installed on each notebook. The 
            fixed disk shall be divided into appropriately named 
            subdirectories for each software item ordered 
            as part of the system and all software

                                      C-17


            shall be loaded into the subdirectories. Microsoft Windows, when 
            ordered, shall be configured such that each software item 
            is contained as a separate, appropriately named "group" 
            within the Program Manager and is executable from within 
            Windows.

      (3)   Packaging and Shipping

            a.    After successful completion of burn-in and software 
                  loading, the notebook and/or items (including user manuals 
                  and supplies) shall be repacked, using the original packing 
                  materials, for shipment to the SSA site. The system items' 
                  individual boxes shall be packaged for shipment.

            b.    Shipment of a system or standalone order to each site shall 
                  be in a single parcel. The parcel is defined as a single 
                  box or several boxes that are banded or wrapped together. 
                  The parcel must be clearly labeled. The design of the parcel 
                  must be such that it can be moved easily through a standard 
                  30"-wide, 7'-high doorway and such that it can withstand 
                  normal movement by freight companies. The individual item 
                  boxes must be packed in the shipping parcel in such a way 
                  that they are stationary when the shipping parcel is moved. 
                  Filler boxes should be used to fill space in the shipping 
                  parcel.

            c.    Each shipping parcel shall have a shipping label placed 
                  externally for easy viewing by the freight company and the 
                  user. The shipping label shall contain the destination 
                  address (including room number), user contact person and 
                  contact telephone number.

            d.    A separate label containing the internal SSA identification 
                  number in characters which are at least one (1) inch high 
                  for easy identification shall be placed under or above the 
                  shipping label and on each box in the parcel. The SSA 
                  identification number shall be provided by the Government 
                  in the delivery order.

            e.    The contractor shall attach to the outside of the Picking 
                  Slip parcel an inventory, listing every item (hardware and 
                  software) included in the equipment order.

            f.    Trucks used for shipping must not exceed 13 feet 1 inch in 
                  height, in order to accommodate the Government's inside 
                  loading docks.

                                      C-18


            g.    Equipment not packaged and shipped as required shall be 
                  subject to refusal of delivery by the Government 
                  representative. Refusal of delivery for these purposes 
                  shall not relieve the contractor of its requirements for 
                  timely equipment delivery.

            h.    The contractor shall provide with each equipment order 
                  three (3) copies of a checklist of all equipment included 
                  in the shipment. This will be used to report 
                  receipt/acceptance data to the Government Project Officer. 
                  The checklist shall list each orderable item shipped and 
                  its serial number, provide space for comments and spaces 
                  for date of receipt and signature of the employee receiving 
                  the order. A stamped envelope addressed to the Government 
                  Project Officer shall be included for mailing the form. 
                  (Address information shall be provided after contract 
                  award.)

            i.    Installation Problems

                  The contractor is encouraged to take steps to minimize the 
                  number of deliveries that will not include the correct 
                  hardware and/or software items. In the event that any site 
                  receives an incomplete or incorrect configuration, the 
                  contractor must provide the correct/required configuration 
                  by using one of the following methods. The method selected 
                  shall be at the option of the Government:

                  1)    Making on-site visit to make the configuration conform 
                        to the configuration required by the delivery order; 
                        or

                  2)    Reshipping an entire new configuration; or

                  3)    Reshipping missing or incorrect items.

                  In all cases, the contractor must provide the correct 
                  configuration within five (5) working days of notification 
                  by the Government that the delivered configuration was 
                  incorrect.

                                      C-19



   (4)  Reports
        For each equipment order, the contractor shall provide to the
        Government Project Officer documentation that the equipment (hardware
        and/or software) has been delivered or shipped.  This document shall
        contain at a minimum, the internal SSA identification number (taken
        from the delivery order), the delivery location, the manufacturer,
        description and serial number of each item (hardware and software),
        and the date the equipment was shipped or delivered.  The required
        information shall be in a DBMS format defined by the Government and
        compatible dBase IV from Borland International, Inc.  The information
        shall be transmitted to the Government Project Officer using a
        mutually agreed upon medium (e.g. electronic mail, diskette) within 15
        days of the delivery date of the equipment.  The Government shall
        provide within 15 days of contract award the required data format,
        standardized coding requirements and standardized equipment
        descriptions.

   (5)  Site Visit

        a.   The Government shall be provided with the opportunity to inspect
             the contractor's facility for system assembly and burn-in and to
             inspect the final design of the shipping parcels.  The Government
             shall also inspect the fixed disk setups to ensure that the
             software has been properly installed.  Such inspection shall take
             place after the delivery of test systems to SSA in Woodlawn as
             specified in Section E-3(a)(1) and before any equipment is
             delivered to user locations.

        b.   The Government reserves the right to make other site visits to
             the contractor's production facility during the life of the
             contract.

C-5  MAINTENANCE

(a)  On-Call Maintenance Service

     (1)  The contractor shall provide the Government with on-call maintenance
          service on an on-site or replacement basis (i.e., contractor personnel
          report to the site of the equipment for replacement), for the SSA
          offices listed on Page J-7; or on a depot repair basis (i.e.,
          contractor will ship an entire system to replace inoperative equipment
          within 24-hours of a service call, and contractor shall pay for all
          associated shipping costs for the return of the inoperative equipment
          to the contractor's depot service center), for all SSA offices listed
          on Pages J-8 through J-34.


                                         C-20



   (2)  the contractor shall provide on-call maintenance service at the fixed
        monthly charges shown in Section B of this contract during the
        Principal Period of Maintenance (PPM), which is defined as Monday
        through Friday, 8:00 AM to 5:00 PM local prevailing time, exclusive of
        Federal holidays.

   (3)  On-call maintenance service shall be provided for equipment which may
        be located in any of the locations set forth in Section J, Attachment
        3.

   (4)  The contractor shall provide maintenance (labor and parts) at the
        prices shown in Section B and shall keep the equipment in good
        operating condition.  Maintenance service shall not include electrical
        work external to the equipment, furnishing supplies, or adding or
        removing any devices not supplied by the contractor.  It shall not
        include repair of damage resulting from accident, transportation
        between Government sites, neglect, misuse, failure of electrical
        power, air-conditioning, or humidity control or causes other than
        ordinary use.

(b)  Maintenance Coverage

   (1)  The contractor shall honor orders for maintenance for periods of one
        (1) year or less at the prices shown in Section B.

   (2)  The effective date of maintenance service shall not be prior to the
        expiration of the warranty period prescribed in Section H-5.

   (3)  During the warranty period, the same level of service as specified
        under this Section C-5 of the contract shall be provided by the
        contractor.

(c)  Remedial Maintenance

   (1)  Remedial maintenance shall be performed after notification that
        hardware and/or software is inoperative.  The contractor shall provide
        to the Government a single designated point of contact in the form of
        a 24-hour toll-free telephone number.  The contractor shall make
        arrangements to provide an answering service or other continuous
        telephone coverage to permit the Government to make such contact seven
        days a week.  Refer to Section H-12.

   (2)  Calls for remedial maintenance shall be made by the Government
        whenever there is an equipment failure.


                                         C-21



     (3)  The contractor shall maintain facilities for receiving maintenance
          calls such that Government waiting time (i.e., time spent by
          Government employee waiting for contractor personnel to take
          information about required maintenance) shall not exceed five 
          minutes.

(d)  Return-To-Operation Time

     (1)  The contractor shall return the equipment to service within 24 hours
          of notification that remedial maintenance is required, excluding
          weekends and Federal holidays.

     (2)  A system shall be considered out of service if any item for which the
          contractor is responsible for maintenance is malfunctioning and the
          system cannot be used for all of its intended functions.

     (3)  Equipment shall be considered returned to service when the
          contractor's repair order is signed, with date and time, by a
          responsible Government employee.  In the event that an employee is 
          not available to sign the order, the contractor must call the 
          Government Project Officer at a number to be provided.  This 
          telephone number shall be equipped with a voice messaging system 
          to receive calls 24 hours a day.

(e)  Responsibilities of the Contractor

     (1)  The contractor's responsibilities under maintenance shall include the
          replacement of consumable parts for the HP320 DeskJet printer (other
          than paper and Ink) as well as replacement of batteries in the
          notebooks.

     (2)  Failed equipment shall be repaired or replaced at the option of the
          contractor.  If the contractor elects to replace a failed item, it
          must be replaced with identical equipment (i.e., identical make and
          model).

     (3)  Only new standard parts or parts equal in performance to new parts
          shall be used in effecting repairs.  Parts which have been replaced
          shall become the property of the contractor.

     (4)  Equipment repairs shall take place during the Principal Period of
          Maintenance except by mutual agreement between the contractor and the
          Government.


                                         C-22




   (5)  The Government retains the right to interchange items (boards, drives,
        monitors, printers, etc.) among the workstations covered, with no
        penalty for so doing unless the equipment is damaged. In such cases,
        the Government shall be responsible for any damage caused by
        Government personnel while interchanging equipment.

   (6)  The contractor is required to service all equipment covered in this
        contract. The Government retains the right to configure systems
        included in this contract with components acquired from sources
        outside of this contract. The contractor shall not be responsible for
        maintenance of such components or any damage caused by their addition
        to systems included in this contract.

   (7)  When it has been determined that a system fixed disk drive is to be
        replaced, where possible the contractor shall provide the Government
        user an opportunity to perform a fixed disk backup prior to removing
        the disk drive to be replaced.

   (8)  When a system fixed disk drive is replaced with a new unit by the
        contractor, the contractor shall erase or otherwise destroy all data
        on the replaced unit.

   (9)  Contractor maintenance engineers must use certified virus-free
        diagnostic software when making repairs to ensure that a virus is not
        introduced into the workstation or LAN server during service. After
        maintenance is performed on a system, the contractor shall run a virus
        check on the system to assure it is free from viruses.

(f)  Non-Chargeable Maintenance Items

     There shall be no additional charges to the Government for:

     (1)  Remedial maintenance, regardless of when the maintenance is performed;

     (2)  Replacement parts, unless such parts are required due to the fault or
          negligence of the Government;

     (3)  Time spent by maintenance personnel after arrival at the site 
          awaiting the arrival of additional maintenance personnel and/or 
          delivery of parts, etc., after a service call has commenced; and 

     (4)  Any travel expenses, etc. for maintenance personnel.


                                         C-23





     C-6  FIELD PROVEN EQUIPMENT AND SOFTWARE

     Each item proposed in response to this solicitation shall be off-the-shelf
     and field proven in Government or commercial customer accounts that are 
     financially independent from the offeror or the offeror's subcontractors 
     and are not test sites; shall be in an on-going, current production made 
     by the manufacturer(s) as of the date of the offeror's proposal; and 
     shall meet the following minimum requirements:

     (a)  Each item, including hardware and software, provided to meet the
          Government's specifications shall have been successfully used by a
          minimum of 3 customers by the date of the offeror's proposal.

     (b)  The total minimum number of installed devices at the 3 or more sites
          shall equal or exceed 100 of each item,.

     (c)  A hardware or software item shall be considered field proven only if:

          (1)  The make, model and version proposed meets the requirements of
               Sections C-6(a) and C-6(b); or,

          (2)  The item proposed is a commercially available upgrade (as of the
               date of the offeror's proposal) to an item that meets the
               requirements of Sections C-6(a) and C-6-(b).

     C-7 EXISTING FACILITIES

     All equipment must operate in a normal office environment using available
     facilities as specified below.

     (a)  Available Power

          120 Volt, 60 Cycle, 15 ampere maximum draw and NEMA 5-20
          receptacle.

     (b)  Available Air Conditioning

          Equipment must operate within a temperature range of 60-85
          degrees Fahrenheit (15.5-32.2 degrees Celsius), and 30%-80%
          relative humidity, non-condensing.

     (c)  Floor Area

          Adequate floor space shall be provided by the Government for all
          system configurations.


                                         C-24





(d)  Access Doors

     The contractor shall be provided adequate access for installation/repair 
     of all equipment.

C-8  USED EQUIPMENT

All equipment must be new.  Used equipment shall not be accepted.

C-9  SOFTWARE SUPPORT

Should any of the software provided under the terms of this contract contain
defects for which the software manufacturer provides repair or replacement to
its customers free of charge, the contractor shall provide said repair or
replacement to the Government free of charge.

Should the manufacturer of any software provided under the terms of this 
contract upgrade the product with a new release, the Government shall, 
whenever possible, have the option to (a) require the latest release for 
subsequent deliveries or (b) require no change in delivered software.  Should 
the Government require an upgraded release for which the manufacturer has 
altered the list price, the unit cost for that item in this contract shall be 
subject to renegotiation.

C-10 TECHNOLOGY SUBSTITUTION

Over the delivery period of the contract, it may be in the mutual best 
interest of the Government and the contractor to substitute hardware and 
software of a newer technology.  The following conditions must be satisfied:

(a)  The item substituted shall be fully compatible with the originally 
     proposed item.

(b)  The item substituted shall meet or exceed the specifications of the item
     previously supplied or the mandatory technical requirements of the
     contract, whichever is greater.

(c)  The item substituted shall meet all of the marketability requirements of
     the solicitation to ensure field-proven and off-the-shelf configurations.

(d)  The item substituted shall undergo an acceptance test equal in scope and
     duration to the original Phase I acceptance test.


                                         C-25




(e)  The cost of the item substituted shall be equal to or lower than that for
     the originally proposed item.

(f)  Delivery, installation, and maintenance of the substituted item must meet
     or exceed all the terms and conditions of this contract.

(g)  The substitution shall be by mutual agreement.

C-11 MINIMUM/MAXIMUM QUANTITIES

The following represent the minimum quantities of supplies which the Government
is obligated to order under the term of the contract as well as the maximum
quantities of supplies which the Government can order under the term of the
contract:




                                        Minimum        Maximum
                                        -------        -------
                                                 

HARDWARE

Laptop Notebook Computer                  85             571
Mouse                                     25             130
Printer                                   68             360

SOFTWARE

Operating System                          85             571
Microsoft Windows (GUI)                   85             571
WordPerfect for Windows                   85             571
Lotus for Windows                         85             571
File Transfer Software                    85             571


                                         C-26