SOLICITATION NOTICE
36 -- Intelligent Inserter System Requirement
- Notice Date
- 5/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333298
— All Other Industrial Machinery Manufacturing
- Contracting Office
- Department of Commerce, U. S. Census Bureau, Acquisition Division, 1201 East 10th Street, Jeffersonville, Indiana, 47130
- ZIP Code
- 47130
- Solicitation Number
- 51-SO-BC-11-00033
- Archive Date
- 6/25/2011
- Point of Contact
- Vincent J. Biller, Phone: 8122183351, Jonea M. Brown, Phone: 812-218-3351
- E-Mail Address
-
vincent.j.biller.iii@census.gov, jonea.m.brown@census.gov
(vincent.j.biller.iii@census.gov, jonea.m.brown@census.gov)
- Small Business Set-Aside
- N/A
- Description
- Intelligent Inserter System Requirement The Department of Commerce, US Census Bureau, National Processing Center, located in Jeffersonville, Indiana 47132 (NPC) has identified a requirement to purchase two intelligent inserting systems to replace aging equipment and support increased operational demands. The Bureau of the Census is issuing this notice as a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. Solicitation 51-SO-BC-11-000336 is issued as a Request For Quotations (RFQ). This solicitation and incorporated provisions and clauses are those in effect through FAC 2005-50 dated 16-May-2011. DESCRIPTION: CLIN0001 Intelligent Inserter Systems: Two (2) new Intelligent Inserter Systems capable of meeting or exceeding the operational standards, functional testing, and additional requirements set out below, together with all labor, material, parts, equipment, transportation and incidental items required to position, locate, install and otherwise make the Intelligent Inserter Systems ready for operation in all respects. A. Required Operational Standards The two (2) new Intelligent Inserter Systems must meet or exceed the following operational standards: 1. The system must have a means of feeding cut sheets in both 8.5 x 11 and 8.5 x 14-inch sizes. At a minimum the feeder must accommodate both 20lb and 24lb paper weights. 2. In read mode the system must have a means of reading a 30 character Interleaved 2 of 5 bar code printed on each sheet. The system must use a bar code that is 100% compatible with existing Gunther systems i.e., EP057, S3024, and EP077. The decoded bar code values must be transmitted to the system controller for action. The controller software will use the bar code information to assemble the package, discern single or multiple flights, verify the package integrity, add inserts as necessary, and record the unique ID number on system hard disk in an ASCII text file. The file must include any error codes associated with the assembly of each package. The system hardware / software must provide a means of producing error free packages 100% of the time. Two supplemental feeders will need to have match feed capability. 3. The software must provide a non-read mode as well, in which the main feeder processes a preset number of sheets per machine cycle. The software must also provide an "inserts only mode in which the main feeder and folder are not used. The entire contents of the package will come from the supplemental feeders. 4. The system must have a means of accumulating the sheets into sets prior to stitching and/or folding. 5. The system shall include a means of stitching multi-page packages prior to folding. It must be capable stitching both 8.5 x 11 and 8.5 x 14-inch size documents in landscape and portrait orientations. 6. The system must have two means of accumulating the sets into packages prior to inserting. Option 1 sets are accumulated prior to the addition of any supplemental inserts; option two sets are accumulated after the addition of supplemental inserts. 7. The system must have a means of folding the sheets into half folds, C folds, and Z folds. The folder must be able to fold from one to fifteen sheets when set for half folds, from one to eight sheets for C folds, and one to six sheets for Z folds. It must do this without requiring adjustments to accommodate the varying paper thickness per file. 8. The system must have a means of adding up to four discrete supplement inserts to each package. The supplemental insert station must be capable of handling pieces ranging in size from 2x4 to 11x8.5 inches, and thickness from.006 to.25 inches. Each insert station must have a means of detecting miss feeds and double feeds. Stations must be capable of functioning properly at system's full rated speed. 9. The system must have a means of feeding the outside envelopes ranging in size from 4 x 6 to 10 x 13 inches. 10. The system must be able, at a minimum, to insert fifteen 8.5 x 5.5 inch sheets and four supplemental inserts into a 6.125 x 9.5 inch envelope. 11. The system must be capable of inserting up to 200 sheets of 20lb 8.5 x 11 inch paper into an outside envelope with flap on the 10-inch side. 12. The system must have a means of sealing the packages after assembly. It must provide for selective sealing of the packages. 13. The system must have an accurate means of counting the assembled packages. The counter must be easy for the operator to reset. 14. The system must have a means of conveying or stacking the assembled packages. 15. System must have a minimum speed of 4,200 packages per hour while reading Interleaved 2 of 5 barcode on each piece and adding single insert. 16. System must have a total footprint that does not exceed 1100 square feet, This space must encompass system's spare parts, space required in the normal operation of the system, space required for performance of any on site system maintenance, and all materials needed for processing. 17. System must provide a means of alerting operators to malfunctions, mechanical errors, software conflicts, and other errors. 18. The electrical power requirements of the system shall not exceed 220 VAC, single phase, and 30 amps. 19. The system shall operate effectively in temperatures ranging from 62 degrees F to 80 degrees F and with relative humidity of 35% to 65%. 20. All equipment and supplies must meet OSHA noise and safety requirements and EPA environmental requirements. B. Functional Testing Below are required functional jobs and target speeds. Each job must be performed for at least one hour during the evaluation. Machine must be able to produce all jobs below as sealed or unsealed packages. Additionally quality control samples produced at the beginning of the job and at programmed intervals must be unsealed. All jobs on this list are to be sealed. The barcode used in read mode operation is located within an area 1/2" from the trailing edge of the form and is centered between the right and left margins. The barcode is 2 3/8" by 1/4". Note: envelope and pre-folded sizes may vary slightly from sizes listed. 1. Job #1 (Read barcode mode) 1 set from primary feeder - one sheet 8-1/2" x 11" 24 lb. paper "C" folded 3-3/4" x 8-1/2" Outgoing envelope 4-1/8" x 9-1/2" with glassine window (Gummed flap on long side) Target speed: 6000 packages per hour 2. Job #2 (Read barcode mode) 2 sets each from primary feeder with one sheet 8-1/2" x 11" 24 lb paper folded 5-1/2" x 8-1/2" Enclosure - one sheet 8-1/2" x 11" 24 lb paper folded 5-1/2" x 8-1/2" Enclosure - reply envelope 5-3/4" x 8-3/4" Outgoing envelope 6-1/16" x 9-1/2" with glassine window (Gummed flap on long side) Target speed: 2,500 packages per hour 3. Job # 3 (Read barcode mode) 3 sets each from primary feeder with 2 sheets 8-1/2" x 14" 24 lb paper stitched and folded 5-1/2" x 8-1/2" Enclosure - one sheet 8-1/2" x 11" 24 lb paper folded 5-1/2" x 8-1/2" Enclosure - reply envelope 5-3/4" x 8-3/4" Outgoing envelope 6-1/16" x 9-1/2" with glassine window (Gummed flap on long side) Target speed: 2,500 packages per hour 4. Job #4 (Read barcode mode) 3 sets from primary feeder with varying number of 8-1/2" x 11" sheets (2- 5) 24 lb paper stitched - set 3 is not stitched Enclosure - 8-1/2" x 11" 24 lb paper flat 12 page booklet pre-stapled on spine Enclosure - 8-1/2" x 11" 24 lb paper flat 8 page booklet pre-stapled on spine Enclosure - one sheet 8-1/2" x 11" 24 lb paper flat Enclosure - reply envelope 8-3/4" x 11-1/8" Outgoing envelope 9-1/2" x 12" with glassine window (Self adhesive flap on short side) Target speed: 500 packages per hour 5. Job # 5 (Read barcode mode) 2 sets from primary feeder - 1st set 2 sheets 8-1/2" x 11" 24 lb paper stitched and folded 5-1/2" x 8-1/2" 2nd set 8 sheets 8-1/2" x 11" 24 lb paper stitched and folded 5-1/2" x 8-1/2" Enclosure - one sheet 8-1/2" x 11" 24 lb paper pre-folded 5-1/2" x 8-1/2" Enclosure - one sheet 8-1/2" x 11" pre-folded 5-1/2" x 8-1/2" Enclosure - reply envelope 5-3/4" x 8-3/4" Outgoing envelope 6-1/16" x 9-1/2" with glassine window (Gummed flap on long side) Target speed: 700 packages per hour 6. Job #6 (no read mode) 1 set from primary feeder - one sheet 8-1/2" x 11" 24 lb. paper "C" folded 3-3/4" x 8-1/2" Outgoing envelope 4-1/8" x 9-1/2" without window (Gummed flap on long side) Target speed: 6,000 packages per hour 7. Job #7 (no read mode) 1 set from primary feeder - 2 sheets 8-1/2" x 11" 24 lb. paper stitched and "C" folded 3-3/4" x 8-1/2" Outgoing envelope 4-1/8" x 9-1/2" without window (Gummed flap on long side) Target speed: 5,000 packages per hour 8. Job #8 (insert only mode) Enclosure - one sheet 8-1/2" x 11" 24 lb. paper "C" pre-folded 3-3/4" x 8-1/2" - feed from any secondary feeder Outgoing envelope 4-1/8" x 9-1/2" without window (Gummed flap on long side) Target speed: 9,000 packages per hour 9. Job #9 (insert only mode) Enclosure - one sheet 8-1/2" x 11" 24 lb. paper "C" pre-folded 3-3/4" x 8-1/2" - feed from first secondary feeder Enclosure - one sheet 8-1/2" x 11" 24 lb paper pre-folded 3-3/4" x 8-1/2" Enclosure - reply envelope 3-7/8" x 8-7/8" Outgoing envelope 4-1/8" x 9-1/2" without window (Gummed flap on long side) Target speed: 6000 packages per hour C. Additional Requirements for Intelligent Inserter Systems 1. Vendor shall provide all manuals required for repair and operation of the complete system. This should include, but not limited to service, parts, and operation manuals. 2. Vendor will also provide schematics and logic diagrams required for in-house maintenance. 3. Vendor shall provide off site operator training for up to four (4) census employees. Census shall bear their cost of transportation, meals and lodging for off site instruction. Vendor shall bear the cost of transportation, meals, and lodging for their personnel during installation and training at NPC. 4. Vendor shall propose a spare parts kit of commonly used parts. The kit shall as a minimum, list the name of part, quantities of each part, and lot price for all proposed parts. If purchased, parts shall be stored on-site at the Bureau of the Census in cabinets supplied by vendor. 5. Vendor shall provide a minimum one-year (365 day) warranty on all parts and labor. The warranty shall begin upon acceptance of system by the Bureau of the Census. Acceptance tests will be developed with input from the vendor. 6. Vendor shall furnish all original licensed media for all software supplied including user manuals. All software must be certified for use with Microsoft Windows XP Professional SP2 and be Federal Desktop Core Configuration (FDCC) compliant more information for FDCC can be found at: http://nvd.nist.gov/fdcc/index.cfm 7. Vendor shall furnish all lock/out tag/out written procedures unique to proposed equipment must be supplied. 8. System shall include all hardware and software to connect equipment to the NPC LAN if required. The software must be FDCC compliant 9. Vendor shall provide details listing host computer, environmental, power, and space requirements. 10. System must conform to current Census Bureau Information Technology security standards. CLIN0002 Maintenance - Option Provide all labor, material, parts, equipment, transportation and incidental items required to perform periodic maintenance service and emergent repairs necessary to restore to required operational capability (as set out above) (2) Intelligent Inserter Systems as described in CLIN0001 at the NPC facility such that the Intelligent Inserter Systems meet required operational capability standards not less than ninety percent (90%) of the time during normal working hours. Normal working hours are defined as Monday through Friday, 7:00 am - 4:30 pm, excluding federal holidays. The initial period of maintenance coverage is for one (1) year starting immediately after expiration of warranty coverage of the Intelligent Inserter System described in CLIN0001. The extended option period for continuing the maintenance coverage is for four (4) additional one (1) year periods. Intent to exercise the initial period of the Maintenance Option must be given within thirty (30) days of expiration of the warranty. Intent to exercise the extended option period(s) of the Maintenance Option must be given within (30) days expiration of the maintenance contract. Minimum service on Intelligent Inserting Systems must include: 1. Four (4) hour on-site emergency response Monday through Friday, 7:00 am - 4:30 pm, excluding federal holidays. 2. Telephone helpdesk and troubleshooting support coverage Monday through Friday, 7:00 am - 4:30 pm, excluding federal holidays. 3. Restore Intelligent Inserter Systems to required operational capability within two (2) working days from receipt of repair request. 4. All preventive maintenance as recommended by the original equipment manufacturer (OEM). 5. All maintenance and repair shall be performed by personnel that hold the current OEM certification to provide factory authorized preventative and remedial service and repair for the Intelligent Inserting Systems described in CLIN0001. 6. Replacement parts must be OEM approved new or refurbished parts in "like new" condition. 7. Scheduled preventative maintenance performed at the Government's convenience, Monday-Friday (excluding federal holidays) 7:00 am- 4:30 pm. ACCEPTANCE: Output evaluation will be determined by NPC during final acceptance. Final acceptance will be accomplished at the NPC facility. Vendor will provide all operators, installers, technicians, and other personnel to perform final operational testing and adjustment. Acceptance testing will mirror the Required Functional Testing Jobs identified above in CLIN0001 together with any additional testing required to insure satisfactory compliance with all required operational standards. The U. S. Census Bureau anticipates one award resulting from this notice and may award without discussion. Delivery is FOB destination to: U. S. Census Bureau, Building 60F, 1621 Dutch Lane, Jeffersonville, IN 47132. Delivery not later than: 90 days from date of award. The following provisions and clauses apply to this RFQ: 52.212-1, Instructions to Offerors-Commercial Items, 52.212-2, Evaluations-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms, Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quotations are due by 12:00PM eastern on 10-June-2011. Prior to award, the vendor proposing the best value to the Government must be actively registered at CCR.gov and have on file or submit a Census vendor registration form. Submit quotes - via mail, email, fax, or delivery to Bureau of the Census, 1201 East 10th Street, Jeffersonville, Indiana 47132, Attn: Vince Biller - Bldg. 66, Rm. 149, email vincent.j.biller.iii@census.gov, or Fax - 812-218-3937.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/CB/JeffersonvilleIN/51-SO-BC-11-00033/listing.html)
- Place of Performance
- Address: 1621 Dutch Lane, Building 60F, Jeffersonville, Indiana, 47132, United States
- Zip Code: 47132
- Record
- SN02458520-W 20110528/110526235315-5403444d6f4297820146c9ca50b4ba6b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |