MODIFICATION
36 -- Automated Letter Movement System
- Notice Date
- 5/11/2007
- Notice Type
- Modification
- NAICS
- 491110
— Postal Service
- Contracting Office
- United States Postal Service, Supplies and Services Purchasing, Automation CMC, 8403 Lee Highway Dewey Bldg, Merrifield, VA, 22082-8150, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-ALMS03012007
- Response Due
- 6/15/2007
- Archive Date
- 6/30/2007
- Description
- In addition to information that has been posted in Modification 1, 2, and 3 Modification 4 will accomplish these objectives: 1) Change the Response Due Date to June 15, 2007 from April 30, 2007 and 2) Present the pre-qualification criteria that is necessary to compete for the Automated Letter Movement System (ALMS) Automated Letter Movement System - Prequalification The United States Postal Service is seeking potential sources for an automated letter movement system. This includes the mechanical transport, control electronics and software required to move letter mail between existing ?islands? of automation. The USPS does not wish to limit potential suppliers on the approaches that they propose to implement an automated letter movement system. Therefore, the USPS is intentionally providing minimal requirements for an automated letter movement system. The USPS plans to automate the process of moving letter mail from the automation equipment that is used to enter letter mail into the USPS automation process to the automation equipment that is used to sort letter mail. The new system will replace the current manual processes of removing mail from accept stackers on the ?input? automation; moving letter mail to ?output? automation; and feeding it into the ?output? automation. The USPS will work with the selected supplier(s) to define interface specification between the existing letter automation and the automated letter movement system. The selected supplier(s) shall be responsible for development, installation, test support, and removal of all components of the automated letter movement system, with the exception of any changes to existing USPS equipment to comply with the jointly developed interface specification. The USPS will be responsible for making the necessary changes to the existing automation to comply with that interface specification. Implementation Strategy Equipment Requirements The automated letter movement system shall consist of all components that are required to implement the solution proposed by the supplier. The system is to be developed, manufactured, deployed and maintained using industry best practices in technology and supply management. The proof of concept test automated letter movement system shall move mail from two prototype Advanced Facer Canceller System 200 (AFCS 200) machines to either one or two Delivery Bar Code Sorters (DBCS) machines. The supplier shall specify the number of DBCS machines to fully demonstrate its concept for an automated letter movement system. Deployment The supplier shall be responsible for installation of the system to be tested, maintenance of the system during testing, and removal of the system after the test is complete. The planned test site is the USPS processing facility in Santa Ana, CA. Installation shall occur such that there is minimal disruption to normal postal plant operations. The installation and removal of the test system shall not cause undue operational interference or loss of processing capability. The supplier shall be responsible for developing an installation and removal plan that will be approved by the Postal Service. Evaluation Criteria The following evaluation criteria will be used to assist evaluators in determining which suppliers best demonstrate the capability and resources to successfully fulfill the USPS requirements. The USPS intends to select only those suppliers that have the demonstrated capability and resources to supply both an engineering prototype automated letter movement system for test and potential future production systems; the associated services required; and in the time frame necessary. This selection process will be performed in compliance with the guidelines contained in the USPS Supplying Principles and Practices Manual. Suppliers will be evaluated in the following areas: Category I. Technical Capability ? Factor A ? System Concept - The USPS will evaluate the Supplier?s concept for an automated letter movement system. Some of the factors that will be included in the evaluation of the supplier?s concept are technical feasibility; system complexity; amount of exiting (proven) technology used; functional risk; and performance risk. The USPS will be evaluating how the Supplier?s concept will perform both under normal operating conditions and exception conditions. Exception conditions would include conditions such as when one of the pieces of equipment ?connected? to the automated letter movement system stops due to a jam or malfunction condition. ? Factor B - Technical Capability ? The USPS will evaluate the Supplier?s ability to design, develop, and integrate the hardware and software technology solution proposed by the Supplier as to whether it is comprehensive enough to provide some assurance of success. Category II. Ability to Meet Delivery Requirements ? Factor A - Manufacturing and Production Capability ? The USPS will evaluate the supplier?s ability to meet the production schedules, adjust production facilities to satisfy tight lead times, and provide equipment that, when installed, operates effectively. The USPS will also evaluate the supplier?s quality assurance methods, standards, and processes in place to ensure a quality end-product. ? Factor B - Hardware and Software Maintenance and Support ? The USPS will evaluate the Supplier?s past performance on their ability to support and maintain relevant hardware and software packages, including all modifications made or proposed to be made to meet Postal Service requirements in software development, documentation, training, depot repair, and help desk services. ? Factor C ?Installation Capability ? The USPS will evaluate the supplier?s site survey, installation, and deployment capabilities to ensure that it can effectively install the proposed system in USPS locations to meet proposed requirements. ? Factor D - Management Capability ? The USPS will evaluate the ability of the Supplier to manage the project effectively throughout the contract term; the supplier?s financial capabilities to manage a project of this size and magnitude; and the overall corporate financial history and commitment for company growth and financial stability. ? Factor E - Past Performance and Experience ? the USPS will evaluate the Supplier?s management experience on like contracts of significant size and magnitude. The USPS will evaluate the suppliers? corporate history and commitment, including the proven ability to design, manufacture, and maintain automation equipment, as well as the ability to meet delivery schedules. Strong preference will be given to suppliers performing contracts of similar scope and nature with demonstrably superior performance. Knowledge of postal operations will be considered. Weights for Evaluation Factors Category I, Technical Capability has a greater weight than Category II, Ability to Meet Delivery Requirements. Moreover, in Category I Factor A ? System Concept is twice as important as Factor B - Technical Capability. Category II, Ability to Meet Delivery Requirements has, sub-factors denoted by the capital letter (e.g. ?A?, ?B?, ?C?) within each criterion are listed in descending order of importance. A is more important than B and B is more important than C and so on.
- Place of Performance
- Address: USPS, Automation CMC,, 8403 Lee Highway Dewey Bldg,, Merrifield, VA,
- Zip Code: 22082-8150
- Country: UNITED STATES
- Zip Code: 22082-8150
- Record
- SN01293450-W 20070513/070511222041 (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 |