Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
SOURCES SOUGHT

36 -- Ink Tack Tester

Notice Date
1/29/2018
 
Notice Type
Sources Sought
 
NAICS
333244 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
 
ZIP Code
20228
 
Solicitation Number
2031ZA18N00022
 
Archive Date
2/28/2018
 
Point of Contact
Millie Cortes, Phone: 2028740494, Gladys M. Wilks,
 
E-Mail Address
milagros.cortes@bep.gov, gladys.wilks@bep.gov
(milagros.cortes@bep.gov, gladys.wilks@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
Description : The Bureau of Engraving and Printing's (BEP) Supplier Quality Division, has a requirement for instrumentation to obtain Tack readings on printing inks for quality control purposes. The BEP is seeking to acquire a Tack of past-type printing inks, used on Intaglio presses and Dry Offset presses for the BEP Washington D.C. Faciliy. Under this requirement, the Contractor shall provide the ink tack testers meeting or exceeding the capability, functional, and performance characteristics below. The contractor will fabricate, install, deliver, set-up and test the ink tack tester and shall provide warranty and calibrations services. Please see below a summary description of this requirement. This notice is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotations. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. Interesting party of any size can submit a capability statement that details their corporate capabilities and experience in providing similar equipment and performing similar tasks as outlined below: DESCRIPTION/SPECIFICATIONS/STATEMENT OF NEED The contractor shall provide Tack Testers meeting or exceeding the following capability, functional, and performance characteristics: 1. Able to measure the apparent tack values of inks through-out the sequence of running of the test: the resistance to splitting of ink between rollers in accordance with American Standard Test Method D 4361, "Standard Test Method for Apparent Tack of Printing Inks and Vehicles by a Three-Roller Tackmeter." 2. Three rollers: bottom rubber oscillating roller, central metal roller (temperature controlled by Water Bath), top rubber or polymeric roller connected to measuring system. 3. Computer controlled to allow for a sequence of controls for speed of rollers and duration at speed settings - electronic control for operation at variable speeds. 4. Real-time read-out of results on the computer screen. 5. User interface with graphed out-put to be able to determine the tack characteristics of the ink at different point of time (e.g. Initial Tack, Maximum Tack, and determine the difference in time between these points - Set Time). 6. Voltage: 100-240V ± 10% 7. Dimensions: suitable for benchtop use. 8. Computer Interface capability: store sample information, test conditions, and data outputs. 9. Calibration Certificate and one-year warranty provided. 10. Able to connect with a Water Bath for temperature control of the rollers that come into contact with the ink OR have a built-in Water Bath. 11. Availability of rollers compatible with UV-curable materials. 12. Ability to compare to reference graphs. Interested parties shall provide, within their capability statement detailed, relevant and recent experience. Interested parties shall provide the following information in their response: 1. Company name, address, phone number, primary contact(s), email address, ALL applicable NAICS code(s), business size (i.e., small/large), company's socioeconomics (i.e., woman-owned, HUBZone, Service Disabled Veteran Owned, etc.) and DUNS Number. 2. A detailed Capability Statement. 3. Product information and specification to include country where the product is manufactured. 4. Typical delivery schedule for the equipment. 5. Place of origin/manufacture of the product(s). Responses shall be provided via e-mailed to milagros.cortes@bep.gov and gladys.wilks@bep.gov. Telephone responses will NOT be accepted. No solicitation is available at this time. This request shall be used for market research purposes only. NO CAPABILITY STATEMENTS WILL BE SUBMITTED AFTER 13 FEBRUARY 2018. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). IF A SOLICITATION IS ISSUED FOR THIS REQUIREMENT, A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION IS RELEASED. This notice does not obligate the Government to award a contract or otherwise pay for the information provided through responses. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.) END OF DESCRIPTION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6b2919794d0ef1c75af2727963410d4)
 
Place of Performance
Address: 301 14th St SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN04802484-W 20180131/180129230946-f6b2919794d0ef1c75af2727963410d4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.