Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2008 FBO #2390
DOCUMENT

99 -- Item Unique Identification Data (IUID) Labels and IUID Processing and Management Services - Amendment 3

Notice Date
6/10/2008
 
Notice Type
Amendment 3
 
NAICS
339943 — Marking Device Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Center for IT Solutions (5TF), 230 South Dearborn Street - Room 3380, Chicago, IL, 60604-1696, UNITED STATES
 
ZIP Code
60604-1696
 
Solicitation Number
5TS57070224
 
Response Due
6/19/2008 11:00:00 PM
 
Point of Contact
Eben R. Greybourne,, Phone: (312) 886-3811
 
E-Mail Address
eben.greybourne@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS MODIFICATION --The purpose of this synopsis modification is to answer vendor questions and amend the solicitation, where necessary, to provide corrections and clarifications. !!!! --- NOTICE --- !!!! All vendors desiring to submit a proposal must contact the Contracting Officer [email: eben.greybourne@gsa.gov or phone: 312 / 886-3811] to verify that they are registered in the GSA ITSS system. You will not be able to submit your proposal until I link your ITSS registration with the solicitation number. --- Correction – Synopsis Modification 7, Solicitation Section C, Paragraph 7.1.1.1.1(d) Aluminum foil per GG-P-455, Type 1, Class, Grade A, the thickness specification should be changed FROM Thickness.005” +/-.0005”. TO Thickness.003” +/-.0003”. (Note: The thickness is correct in the revised Attachment 1, Schedule of Items/Services and Prices.) --- Correction – Solicitation Paragraph F.3.1 - IUID Data Labels states that “The IUID Data Label delivery times shall fall within the delivery tiers shown in paragraph 7.2.1.8.” This cross reference is incorrect and is hereby changed as follows: “The IUID Data Label delivery times shall fall within the delivery tiers shown in paragraph 7.2.1.11.” --- Change to Section M – The following note is added to the end of Section M, Paragraph M.4, Step 3 - Price/Rate: “NOTE: The Government reserves the right to normalize prices and calculate evaluated prices to ensure an equitable evaluation.” QUESTIONS 1 through 16 were issued with previous synopsis modifications. --- QUESTION 17: Having standardized materials/options/pricing, [can you] please provide a set of example (maximum) length data item strings for use in producing sample labels per 7.1.1.5.1 for data items. -- Original Equipment Manufacturer’s CAGE -- Item Serial Number -- Original Part Number -- Nomenclature (human readable only) for each and per 7.1.2 examples -- Current Part Number -- AFEMS#. This will be helpful to the Government’s evaluation team comparing samples vis a vis marking methods proposed. [Can you] please advise? --- ANSWER 17: All marking methods submitted shall be compliant with 2D Matrix marking quality standards established in MIL-STD 130N paragraph 5.2.7.2 Data Matrix symbol quality. In general the CAGE will be 5 characters, serial numbers will not exceed 30 characters, part numbers will not exceed 32 characters, UIIs will not exceed 50 characters, and AFEMS numbers should not exceed 25 characters. These are maximums and the actual numbers will generally have many fewer digits than allowed. The vendors are expected to print according to industry standards. Vendors are not expected to print information on labels that are too small to accept all the information contained in the imprint. Ideally, the web-based interface will display an error message if the Government requestor tries to select a label size that is too small to for the amount of data submitted. --- QUESTION 18: [The following question is restated from the original for clarification.] The solicitation paragraph L.3.8.a. states that “The total price offered for IUID Data Labels will include: (1) the price of data labels, (2) the price of the processing and management service, (3) the price of the phone support, and (4) the price of all supporting and/or overhead costs associated with this product and its delivery (excluding actual direct shipping charges). Should the prices of items (2), (3), and (4) be spread over the ceiling quantity of labels for each phase increment? --- ANSWER 18: Offerors should spread the indirect and support costs over as many labels as they think feasible to provide a uniform price per label to the Government. For additional clarity, Attachment 1 – Schedule of Items / Services and Prices has been amended to include a separate line item for each of these prices on a per label basis. Using these line items is not mandatory since the per label prices for the web-based interface, phone support, and other costs will otherwise be included in the label prices; however, breaking out these prices by removing them from the per label price may help offerors represent their pricing and will facilitate price negotiations regarding these elements of price, should negotiations be necessary. The prices entered in these three line items, for each phase increment, will be totaled and added to the price of each label in the corresponding phase increment to arrive at the total offered price. Example – Label XX Phase 1 price $6.00 OR Label XX Phase 1 price $1.00 + interface price $3.00 + phone support price $1.50 + other overhead price $0.50. The evaluated price for Label XX Phase 1 is $6.00 in either case. --- QUESTION 19: Minimum Order Price -- Supplier costs to setup, validate, verify, package and box each order for shipment are relatively fixed compared to the unit cost of the IUID labels that vary with quantity ordered. These costs, together with shipping, are much greater than a single IUID label’s price as requested per Attachment 1. When pricing for Attachment 1, Mgt Sheet should the minimum order price be added to the single unit label price? Or should the minimum order quantity price be listed separately at the bottom of the each time period column with the number of labels included in the fixed price per order? Or should the minimum be ignored for Attachment 1, Mgt. and listed separately? Please advise. --- ANSWER 19: Label prices should NOT include a surcharge for minimum label quantity order requests. The Government can not pre-determine the size of the order requests; therefore, a minimum quantity surcharge is not included in the evaluated price of the proposal, but the strategy will be evaluated as a technical factor. Section L and M of the solicitation have been amended to include the following provisions for the evaluation of minimum quantity surcharge pricing. Add the following paragraph to Section L -- L.3.7.l. – Minimum Order Request Surcharge – At the option of the offeror, the offeror may propose a price surcharge for minimum order requests. If the offeror chooses to proposed a Minimum Order Request Surcharge, the offeror’s surcharge strategy shall be submitted with the technical proposal. The strategy shall define what constitutes a minimum order request, i.e., single web-based interface request, all requests for a specific item within a 24 hour period, etc. and specify at what point the surcharge will be applied or above what quantity the surcharge will be removed. The Minimum Order Request Surcharge strategy shall clearly spell out the amount of the surcharge and specify if the surcharge amount will be different for different materials or label configurations. The proposed Minimum Order Request Surcharge strategy will be incorporated into the contract of the winning offeror. Add the following paragraph to Section M, under the heading -- M.2 - Step 1 - Evaluation of Technical Capability— Minimum Order Request Surcharge: The Government will evaluate each offeror’s Minimum Order Request Surcharge Strategy to determine the degree to which the application of the surcharge will result in higher order prices on small quantity orders. --- QUESTION 20: How should price variations be handled that are not accommodated by the solicitation Schedule of Items/Services and Prices? --- ANSWER 20: Adjustments to the offered prices, either upward or downward, to accommodate variations in the product quality, composition, adhesive, or any other option offered in the technical proposal should be fully explained and will be evaluated as part of the technical evaluation. Section L and M of the solicitation have been amended to include the following provisions for the evaluation of pricing adjustments. Add the following paragraph to Section L -- L.3.7.m. – Price Adjustment Strategy – If the proposal includes a strategy for adjusting the offered prices, either for product quality, composition, adhesive, or any other technical options or for any other reason, that strategy must be clearly explained. The price adjustment strategy will be evaluated along with the technical evaluation of the offered technical or business options. The proposed price adjustments and the strategy for their application will be incorporated into the contract of the winning offeror. Add the following paragraph to Section M, under the heading -- M.2 - Step 1 - Evaluation of Technical Capability— Price Adjustment Strategy: The Government will evaluate each offeror’s Price Adjustment Strategy to determine the degree to which the strategy equitably represents the technical or business options being offered. --- QUESTION 21: Detailed specification are provided for the materials in 7.1.1.1.1.(a)-(d) aluminum and 7.1.1.1.2 stainless steel. As specifications for materials to be quoted for 7.1.1.1.3 vinyl, 7.1.1.1.4 polyacrylic, and 7.1.1.1.5 polyester categories affect pricing, please provide specification references or approved data sheets for each material type to be used in the pricing per label responses. --- ANSWER 21: For evaluation purposes, specification sheets for vinyl (3M White Vinyl 7605 or equal), polyacrylic (Tesa Secure 6973 or equal), and polyester (3M Thermal Transfer Polyester 7871/7872/7873 or equal) are added to the solicitation. Offerors shall propose products adhering to these brand name or equal specifications for pricing purposes. The use of these specifications for pricing does not limit the offeror from proposing additional materials with the ability to survive for the life expectancy of the item to which the label is attached as required by MIL-STD-130. (For proposal purposes, assets items to be labeled with these three material types shall be presumed to have a 10 year life and be located in an indoor environment.) --- QUESTION 22: Are 7.1.1.1.3 vinyl, 7.1.1.1.4 polyacrylic and 7.1.1.1.5 polyester IUID labels to have an over laminate added to the pricing for the standardized examples in Attachment 1 pricing? --- ANSWER 22: Include overlaminate in the price list when it is industry-standard to apply an overlaminate. --- QUESTION 23: There is an inconsistency in the metal type for aluminum plate found in the revised paragraph 7.1.1.1(a). Can you please clarify. --- ANSWER 23: There is a typographical error in revised paragraph 7.1.1.1.1(a). The aluminum plate is Type L and the testing requirements, per MIL-DTL-15024 should be Type L also. --- QUESTION 24: Can you define the starting time and ending time for each of the three delivery time requirements, especially the 24 hour delivery time since it depends on pickup and delivery times set by the carrier? --- ANSWER 24: The solicitation Paragraph 7.2.1.11 - Delivery Times – is modified to add the following explanations. (1) At the end of the Tier 1: 24 hour turnaround paragraph add, “Label requests received through the web-based label request interface between 0001 hours and 1000 hours in the Contractor designated time zone will be shipped the same day as received. Label requests received through the web-based label request interface after 1000 hours in the Contractor designated time zone will be picked up by the shipping carrier the following business day and delivered according to the carrier’s “next day” shipping schedule.” (2) At the end of the Tier 2: 5 working days turnaround paragraph add, “Label requests received through the web-based label request interface shall be delivered five business days after receipt, not counting the day the request is made and excluding non-business days and Federal holidays.” Example: A label request received on the Wednesday the 10th of the month must be delivered on or before Wednesday the 17th of the month assuming no holidays. (3) At the end of the Tier 3: 15 working days turnaround paragraph add, “Label requests received through the web-based label request interface shall be delivered fifteen business days after receipt, not counting the day the request is made and excluding non-business days and Federal holidays.” Example: A label request received on the Wednesday the 10th of the month must be delivered on or before Wednesday the 31st of the month assuming no holidays. --- QUESTION 25: Will our pricing proposal need to take in consideration any GSA fees? --- ANSWER 25: No. --- QUESTION 26: What is the spectrum of surfaces and/or surface finishes to which the adhesive backed labels must adhere? --- ANSWER 26: Items managed by the Air Force Equipment Management System (AFEMS) are extremely varied in size, shape, material composition, and environmental exposure. The contractor will be expected to provide labels that adhere to such items as armored personnel carriers or other vehicles (including those painted with Chemical Agent Resistant Coating), laptop computers, encrypted telephones, forklifts, handguns, hydraulic carts, and many more. Examples of materials include various metals, plastics, fiberglass, laminates, and glass, some painted and others not. Application of labels to assets that are outside must adhere to surfaces having a wide variety of temperatures during and after application. --- QUESTION 27: Is the Contractor required to furnish screws with the metal labels or just provide screw holes? --- ANSWER 27: No, screws are not required, just screw holes. --- QUESTION 28: Solicitation Section C, Paragraph L.4.4 – Page Limitations -- Under the 3.c Exemptions to page limitations and restrictions, there is no reference to an appendix. Can we include an appendix that is not part of the technical proposal and does not count toward the 20 page restriction? --- ANSWER 28: An appendix containing stand alone documents in support of the proposal will not be counted against the page limitation. Solicitation Section C, Paragraph L.4.4.c.– Page Limitations - Exemptions is hereby amended to add paragraph (12) An Appendix containing stand alone supporting documents, such as teaming agreements, warranties, verification reports, user guides, etc. --- QUESTION 29: Solicitation Section C, Paragraph L.4.4 – Page Limitations -- Under the 3.c Exemptions to page limitations and restrictions, taking into consideration the 20 page restriction for the technical proposal section, it will be difficult to include screenshots for the data management section and keep it under the 20 page limit. May we include screenshots in an appendix without those pages counting against the 20 page restriction? --- ANSWER 29: Yes. Solicitation Section C, Paragraph L.4.4.c. – Page Limitations – Exemptions is hereby amended to add paragraph (13) An Appendix containing screen shots of the proposed web-based interface. --- QUESTION 30: Solicitation Section C, Paragraph L.4.4 – Page Limitations -- Under c.9 it states individual resumes are excluded from the 20 page restriction. Our Program Management Plan contains a key personnel section (along with other program management details). May we include a program management section that will not be counted against the 20 page restriction? --- ANSWER 30: General management information is included in the page restriction; however, imbedded resumes and information about specific prime or subcontract individuals will not be counted toward the page limit.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae13985e93ac456cdbace056a550e05a&tab=core&_cview=1)
 
Document(s)
Amendment 3
 
File Name: Revised Attachment 1, Items/Services and Prices. This attachment is identical to the previous release with the exception of adding three optional price breakout line items. (Solicitation 5TS57070224 Att 1 2008-06-09.xls)
Link: https://www.fbo.gov//utils/view?id=17d8b8a1b8973b72a71fc4ba8ac35d24
Bytes: 379.50 Kb
 
File Name: Vinyl Spec Sheet (3M7605.White.Vinyl.pdf)
Link: https://www.fbo.gov//utils/view?id=3d04f0d6a1bfb5a1dddd5cdad2644630
Bytes: 347.75 Kb
 
File Name: Polyester Spec Sheet (3M7871.polyester.pdf)
Link: https://www.fbo.gov//utils/view?id=baeb685c8f3098d4142528cd7fed42a8
Bytes: 53.60 Kb
 
File Name: Polyacrylic Spec Sheet (Tesa Secure Spec Sheet.pdf)
Link: https://www.fbo.gov//utils/view?id=1c9773a1b5a897bb45fbd21a2f718602
Bytes: 432.22 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Wright Pattersion AFB, Ohio
Zip Code: 45433
 
Record
SN01590247-W 20080612/080610221430-fa009e078ebb65542f091057ecfd68b6 (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.