SOURCES SOUGHT
36 -- Printing Offi-line Full Sheet Inspection System
- Notice Date
- 7/29/2010
- Notice Type
- Sources Sought
- NAICS
- 333293
— Printing Machinery and Equipment Manufacturing
- Contracting Office
- Government Printing Office, Acquisition Services, Acquisition Services, 732 North Capitol Street, NW, Washington, District of Columbia, 20401
- ZIP Code
- 20401
- Solicitation Number
- GPOSID2010
- Archive Date
- 9/11/2010
- Point of Contact
- Herbert H Jackson,Jr., Phone: 202-512-0952, Reginald Walker, Phone: 202-512-2010x31500
- E-Mail Address
-
hjackson@gpo.gov, rwalker@gpo.gov
(hjackson@gpo.gov, rwalker@gpo.gov)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is issued for informational and planning purposes only. The U.S. Government Printing Office has a requirement to procure an off-line full sheet inspection system. This inspection system shall provide for forensic level examination of security print work and handle sheets of paper that vary in size from a minimum of 17 X 22 inches, up to a maximum of 28 inches X 40 inches. The paper stock to be printed shall range from.003 inches to.018 inches in thickness and the device will be capable of reading data points printed on various stock. The system will be used in a production environment to analyze press sheets on a sampling basis for the purpose of process control and quality management. The control software provides feedback to the press operator in real time and off-line statistical quality information and analysis for production management. The system is fully programmable for different sheet designs. The system shall be suitable for all types of printing technologies including digital, offset, screen printing, letterpress, etc... The system will be able to position the sample for measurement on a computer controlled XY table or a functionally equivalent design. The design will be optimized for ease-of-use and minimum space requirement. The system will allow for the use of multiple sensing heads in either sequential or simultaneous measurements. The primary instrumentation will be digital color camera based optical modules with a broad range of capabilities. The options include different types of illuminations (visible, UV or IR), resolution (typically from 300 to 5000dpi) and lighting geometry (45/0, 0/0 etc.). The selection of instrumentation for the delivered system will be finalized with the customer. At minimum, the delivery will include both low and high resolution optics, UV and color measurement. The control software is PC based. The software architecture must be designed for ease of integration for future upgrades. The system and software is capable of analyzing any printed design, including security printing. The programming of a new test sequence provides for ease of use by the operator. The analytical function for objective print quality analysis shall be sophisticated enough to provide for a wide range of image analysis functions allowing for basic or advanced analyses such as: density, color, line and text quality, micro-text, barcode quality, dot gain, bleed, inter-color bleed, trapping, color registration, graininess, mottle, banding, contamination, UV fluorescence, etc... The analytical functions are based on ISO and industry quality measurement standards, wherever appropriate and available. The data gained from these analyses are stored in a local database for reporting and archival purposes. Process control and measurement results are to be reported and Pass-Fail indicated to the operator in real time. Statistical reports, including process control charts, must be provided to the quality management team. The response date to this notice is August 27, 2010. This notice is neither a request for proposal nor a solicitation of offers. A determination by the Government not to complete this proposed effort on a full and open competition basis, based on responses to this notice, is solely within the discretion of the Government under the authority of MMAR Part 6.302-2. Vendors having the expertise and required capabilities as stated above are hereby requested to submit capability statements (ten (10) pages or less, Word 2003 or Adobe PDF format; (Do not include marketing literature) that addresses their ability to perform the service described above. This data must be sufficient to allow the GPO to evaluate the proposal relative to the above requirements. Vendors that respond to this notice must fully supply pertinent information in sufficient detail to demonstrate a bona-fide capability to meet the requirements. Additionally, include three (3) client references, company points of contact (POC) and GSA Schedule number (if applicable). All responses should be sent via e-mail to: Herbert H. Jackson, Jr.(hjackson @gpo.gov ) or postal mail (in duplicate) to U.S. Government Printing Office, Room A340; 732 N Capitol St NW, Washington, DC 20401-0002 Mail Stop: AS. Oral communications are not acceptable in response to this notice - NO PHONE CALLS PLEASE. This announcement is a request for information only and does not obligate the Government in any way. This is not a request for proposal. The Government will not pay for any information submitted or for any cost associated with providing information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GPO/PSPSD/WashingtonDC/GPOSID2010/listing.html)
- Place of Performance
- Address: 732 North Capitol Street, Washington, District of Columbia, 20401, United States
- Zip Code: 20401
- Zip Code: 20401
- Record
- SN02222144-W 20100731/100729235332-de8b3b598e9b7c2ae02b533b691dfb15 (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 |