Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2018 FBO #5920
SOLICITATION NOTICE

36 -- Six (6) large-scale Commercial Inkjet Addressing machines to be used primarily to address commercially supplied or internally created mail packages for delivery by the U.S. Postal Service. - RFQ YB1323-18-RQ-0006 SF-1449

Notice Date
2/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333244 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
Department of Commerce, U. S. Census Bureau, Acquisition Division, 1201 East 10th Street, Jeffersonville, Indiana, 47130
 
ZIP Code
47130
 
Solicitation Number
YB1323-18-RQ-0006
 
Archive Date
3/7/2018
 
Point of Contact
Vincent J. Biller, Phone: 8122183351, Thomas M. Sherman, Phone: (812) 218-3351
 
E-Mail Address
vincent.j.biller.iii@census.gov, thomas.m.sherman@census.gov
(vincent.j.biller.iii@census.gov, thomas.m.sherman@census.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ SF-1449 with description and clauses. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number YB1323-18-RQ-0006 is issued as an request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 / 01-24-2018. Six (6) large-scale Commercial Inkjet Addressing machines to be used primarily to address commercially supplied or internally created mail packages for delivery by the U.S. Postal Service which can be satisfied with: 1.MCS Raptor Controllers to drive the print heads. 2.MCS Eagle Inkjet Heads (4 1/4" Black) large ink supply. 3.MCS Falcon Inkjet Heads (2" Color) cartridges. Together with installation to make the systems operational in all respects, user training, continuing support, and on-site preventative maintenance and repair. OR EQUIVALENT - SALIENT CHARACTERISTICS REQUIREMENTS Six (6) Commercial Inkjet Addressing systems required to provide sufficient capability for over printing / addressing large volumes of mail pieces. Over 18 million pieces annually. Requirements include complete: Delivery, Installation, Training (Programmers, Operators, and Maintenance Techs), and 1-year warranty for six (6) Commercial Inkjet Addressing systems (installed on existing Kirk Rudy bases). Each system must be capable of driving a minimum of 3 different print heads at the same time (in any combination of 4" (minimum) black or 2" color heads) from the same controller. Base configuration is one (1), 4" (minimum) head for black ink on each system. Desired configuration: two (2) systems will have one (1), 4" (minimum) head for black ink; two (2) systems will have two (2), 4" (minimum) heads for black ink; two (2) systems will have one (1), 4" (minimum) head for black and one (1), 2" (minimum) head for color. Inkjet heads must have the ability to: Image up to 25,000 pieces per hour @ 600 x 300 DPI. Image post cards and envelopes of varying sizes from 3"x 5" up to 9 1/2" x 12 1/2". Image post cards and envelopes of varying thicknesses from cardstock to mail packages up to 3/8" thick. Have adjustable print quality (600 x 600 / 600 x 300 / 600 x 150 dpi resolution). Image minimum of 4" width print head (Area) for Black print heads - using High volume black ink reservoir. Image minimum of 2" width print head (Area) for Color print heads - using replaceable Color ink cartridges (Minimum Red and Blue). SYSTEMS MUST: Be capable of driving up to 3 different print heads at the same time (in any combination) from the same controller. Include all necessary software to create variable data files for the inkjets. Accept all common database formats for use on variable data jobs. Use U.S. Census Bureau provided Desktop PC's and run on the most current Windows OS (Windows 7 Enterprise) and upgradable to Windows 10. (Preferably in place upgrade) Include a library of standard True Type fonts with ability to add additional True Type fonts. Include a library of all standard 1D and 2D barcodes: (i.e. IMB, I 2 of 5, QR, etc.). Capable of printing custom graphics from.jpeg or other standard image file formats. Must have Hard and Soft Proofing capability. Ink must be tested and pass acceptable use requirements (must not smear and cannot "run" if it gets wet). Samples must be provided and approved prior to award of contract. SECURITY REQUIREMENTS Access The Census Bureau is a secure facility and the Contractor must comply with all security requirements. These requirements may consist of, but are not limited to, obtaining, completing and submitting application forms, background checks, fingerprints, photos, and badges through the Census Bureau at no cost. However, if the Contractor elects to obtain these services through other sources, the Census Bureau will not reimburse the Contractor for any incurred costs or fees associated with the process. Directions relating to the security requirements will be provided by the Contracting Officer's Technical Representative after contract award. Compliance with the security procedures of US Census Bureau will be required. Access to the facility will be coordinated with NPC Security and the DSB Printing or Maintenance Section Chief. In order for vendors to access NPC, a valid picture ID (Driver's License) is required for access. See Commerce Acquisition Regulation (CAR) Clause 1352.237-71 Security processing requirements-low risk contracts. Vendor shall provide a Vendor Security Hardening Guide with its quote delineating every configuration parameter with recommendations, limitations or cautions. The Census Bureau also imposes certain information technology security requirements. See CAR Clauses 1352.239-71 Electronic and information technology and 1352.239-72 Security requirements for information technology resources. Software The Contractor shall supply a copy of the current version of the software used to run/support the inkjet machines, complimentary, for testing. Compliance with government standards will be tested. These standards include FDCC or USGCB desktop configurations, FIPS 140-2 encryption, NIST 800-53 technical security controls, Windows Server 2008 STIG, SQL Server baseline configuration, and/or Section 508 accessibility, where appropriate. Census IT staff will work with the Contractor regarding issues or concerns during testing. Once testing is successful, the Program manager, with support from the Census IT staff, will work with the Contractor to ensure that the successfully tested version of the software is ready for implementation. NPC will provide one (1) Win 7 PC per inkjet machine, with our base security image on it. All software must be capable of running independently on the Census Bureau network. No outside connections will be allowed. Provide a Vendor Security Hardening Guide with your quote delineating every configuration parameter with recommendations, limitations or cautions. All patches and upgrades shall be included in the maintenance and support agreement. Reports The Contractor will ensure that the Ink jet system shall be capable of producing daily / monthly reports showing machine activity such as start / stop times, errors and speeds. SPECIFICATIONS Within one week after award, the vendor will meet with the DSB Branch Chief, Maintenance Section Chief and / or Printing Section Chief to develop an inkjet installation schedule and completion dates for the installation of the six (6) Commercial Inkjet Addressing machines. The meeting may be in person or via teleconference. DELIVERY AND INSTALLATION OF EQUIPMENT Delivery The Ink jets shall be delivered at a mutually agreed upon date after award of this contract. Delivery/Installation must be phased to insure a smooth transition from the current equipment. The Contracting Officer will provide the Contractor in writing the exact dates, times and contact information for delivery of the Ink jets no later than 14 days prior to delivery date. Installation The system needs to be compatible with the existing Census Bureau network. The Contractor will work with the Census IT section to ensure capability. The exact dates of installation of the equipment shall be established by the personnel at NPC. All equipment shall be installed no later than June 30, 2018. The Contracting Officer shall have the right to change the final installation date to a later date if required. Any maintenance by the contractor shall begin on the date that installation and training for each site have been completed and run through the period agreed upon by the contractor and the Contracting Officer. Maintenance charges shall begin the date after the free period has terminated. After installation of the above machines, a list containing the address, type serial number, and date of installation shall be provided. Equipment Demonstration: Contractor will provide Industry Standard documentation on the configuration of inkjet components. The Contractor shall demonstrate that the equipment is properly functioning at the time of installation. This demonstration shall be accomplished pursuant to the Manufacturer's operating instructions furnished with the equipment and in the presence of the DSB authorized representative utilizing a verification of operation checklist provided by the manufacturer. Removal of packing materials: Packing materials shall be removed by the contractor from the NPC facilities after the inkjets have been delivered, unpacked and installed. MAINTENANCE The Contractor shall provide all preventive maintenance and emergency service, including replacement parts for the Commercial Inkjet Addressing systems for one year beginning on the date of acceptance. The contractor shall identify the company or organization name that provides maintenance and repair with contact name, email address and telephone number. Preventive Maintenance: The contractor shall perform preventive maintenance two (2) times per 12-month period to ensure that each Ink jet is maintained in fully operational condition. Work performed shall include, but not be limited to, cleaning, adjusting, aligning of each electronic and mechanical component, replacing parts where needed to maintain the machine in good operating condition. Refresher training shall be performed during the maintenance periods. Maintenance shall be conducted between 7:30 am to 4:00 p.m., Monday through Friday, except Federal holidays and other agency closures. Machine Repair: The contractor shall provide on-site call maintenance to include all labor and replacement parts. Repairs shall be made in accordance with manufacturer specifications. The contractor shall respond within four (4) hours after notification of the repair call. The contractor shall be responsible for assuring repair is accomplished within twenty-four (24) working hours of the repair call. If the machine cannot be repaired during the call, a replacement Ink jet or loaner Ink jet head must be provided within 24 hours of final assessment of the non-repairable machine to avoid delays in production. Software/Firmware: All patches and upgrades will be included in the maintenance and support agreement. Notify DSB Branch Chief, Maintenance Section Chief and the Printing Section Chief in writing when a patch or upgrade is available immediately upon release. SUPPLIES Vendor shall provide a list of supplies needed for the Commercial Inkjet Addressing systems. Each inkjet head should include the following supplies: Ink cartons - 1 per each black inkjet head Ink cartridges - 2 per each color inkjet head (1 Red and 1 Blue) The Contactor shall supply the vendor/product/style number and cost of the recommend supplies to ensure ease when ordering replacements. TRAINING The contractor shall provide programmer, operator, and maintenance training and operator manuals for key personnel as identified by the DSB authorized representative at the time of or prior to installation of initial equipment. The training should include training on the day-to-day use of the inkjet machines, various report functions, vendor contact information, everyday maintenance of the machine, and supply information. If further training is necessary, the contractor shall provide it on an as-needed basis. The DSB Printing Section Chief shall establish the time and date for the training. Training should be completed in a timely manner, so that the new equipment may be used immediately.On an as needed basis, within 3-5 working days of such requests by the NPC, the contractor shall provide training and manuals may be required to maintain qualified key operators when deemed necessary by NPC. TRADE-IN EQUIPMENT NPC has existing Kodak Versamark equipment available to trade for credit against the purchase price of the equipment being acquired. The following equipment will be available for trade-in credit on new the equipment. Note: All fluid stations and controllers work and are current being used at NPC. The status of the Inkjet heads fluctuates: Some are newly refurbished/unused; some are currently on the machines being used; and some are waiting to be sent to Kodak to be refurbished. Inkjet #14 Kodak Versamark DP5300 Fluid Station Kodak Versamark CS410 Controller Kodak Versamark DH5300 500 fpm Ink jet print head (x2) Inkjet #13 Kodak Versamark DP5300 Fluid Station Kodak Versamark CS410 Controller Kodak Versamark D-Series Ink jet print head (x2) Inkjet #12 Kodak Versamark DP5300 Fluid Station Kodak Versamark CS410 Controller Kodak Versamark D-Series Ink jet print head (x2) Inkjet #9 Scitex Dijit 5300-500 Fluid Station Kodak Versamark CS410 Controller Kodak Versamark D-Series Ink jet print head (x2) Inkjet #8 Scitex Dijit 5300-500 Fluid Station (x2) Kodak Versamark CS410 Controller Kodak Versamark D-Series Ink jet print head (x4) Inkjet #7 Scitex Dijit 5300-500 Fluid Station (x2) Kodak Versamark CS410 Controller Kodak Versamark D-Series Ink jet print head (x4) The credit amount must be reflected in your quote as a deduction from the price quoted for the new equipment. The evaluated price will be the net price for the new equipment after deduction of the credit amount, if any, for the trade-in equipment. (Price for new equipment - credit amount for trade-in equipment = evaluated price.) The successful vendor offering the desired credit shall be responsible for all labor and other costs associated with the removal of the trade-in equipment. The trade-in equipment will be available for removal after the new equipment is installed and accepted. Questions regarding this RFQ shall be submitted before 1700 EST on 7 February 2018. See attached SF1449 and its attachments for additional information including applicable clauses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/CB/JeffersonvilleIN/YB1323-18-RQ-0006/listing.html)
 
Place of Performance
Address: US CENSUS BUREAU, RECEIVING 60F, 1621 DUTCH LANE, JEFFERSONVILLE, Indiana, 47132, United States
Zip Code: 47132
 
Record
SN04810891-W 20180207/180205231445-7f2c9557eac584471b471480cc770928 (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.