Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOURCES SOUGHT

70 -- Mid-Size Graphics and Text Laser Printers Request for Information

Notice Date
2/11/2011
 
Notice Type
Sources Sought
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-SS-5001
 
Archive Date
3/16/2011
 
Point of Contact
Karen D Ghani, Phone: 717-770-5951
 
E-Mail Address
karen.ghani@dla.mil
(karen.ghani@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction: This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise, that the Defense Logistics Agency (DLA) Distribution will take procurement action in this matter. Further, neither DLA Distribution will be responsible for any cost incurred in furnishing the information requested. This announcement is for formal market research only and should not be considered a Request for Proposal (RFP). Any follow-on procurement strategy will be based on the results of the information provided from Offerors and available funding. In accordance with FAR 15.209(c), the following provision is inserted. FAR 52.215-3 - Request for Information or Solicitation for Planning Purposes. (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This Request for Information is issued for the purpose of soliciting industry's best ideas for a Commercial Off the Shelf (COTS) or modified COTS wireless network solution that will be integrated into the DLA Distribution's Warehouse Management System (WMS). As a result of this RFI, the DLA Distribution is requesting a technical capabilities statement that will address the items outlined in the RFI from potential Offerors. If a potential Offeror is unable to provide a total solution, the Offeror is encouraged to submit information in the role of a Prime Contractor and propose the use of any 3rd party products as needed to develop or compliment their proposed solution. Additionally, for those proposed solutions determined by the Government to meet the Statement of Requirements included in this RFI, the Government may contact the Offeror(s) and request the Offeror(s) provide a product demonstration of their proposed solution to the Government either via Video Teleconference (VTC) or in person at the DLA Distribution Susquehanna in New Cumberland, PA, at no cost to the Government. Technical Capabilities Statement Response Format: The Offeror shall provide the following information in their technical capabilities statement: • Company information to include the company size/socio-economic status, the CAGE code, and the Point of Contact (POC) information (name, email address, telephone and fax numbers); • Background/Corporate Experience; • Overview of Proposed Solution, Technical Specifications and Capabilities of the Proposed Solution; • Narrative regarding the commerciality of the Proposed Solution, to include a listing of those companies/individuals to whom the Proposed Solution has been sold and the quantity of Proposed Solution sold to each; • Past Performance references, to include POC information for each reference; Offerors are advised not to submit any product samples, as product samples will not be reviewed/evaluated/tested. Any samples submitted will be immediately returned by the Government to the Offeror. Response Submission Information: Questions regarding this RFI should be emailed to Karen Ghani at karen.ghani@dla.mil. Questions not received via electronic mail may not be answered. Responses may be sent via email to karen.ghani@dla.mil. The size limitation for an email response is 15MB. Responses sent via the U.S. Postal Service should be sent to: DLA Distribution 2001 Mission Drive, Bldg 404 DLA Distribution J7 (AB), Karen Ghani New Cumberland, PA 17070-5000 Responses sent via Commercial Carrier (i.e. FedEx, UPS, DHL, etc.) shall be addressed to the Contract Specialist, Karen Ghani, and mailed to: DLA Distribution Karen Ghani J Avenue, Bldg 404 DLA Distribution J7 (AB) New Cumberland, PA 17070-5000 Responses should be received by March 1, 2011 at 11:00 am EST. Statement of Requirements: BACKGROUND: The Defense Logistics Agency has a potential requirement for mid-size graphics and text laser printer system in various sizes and characteristics for in the range of 37 to 50 pages per minute to support industrial automated distribution operations worldwide. The printers will be used to print DOD shipping documentation for DOD distribution operations operated or supported by the Defense Logistics Agency Distribution Operations Warehouse Management System (WMS) DSS. The purpose of this Request for Information is to determine the next generation of laser printer to support this WMS, broaden market competition and determine the most cost effective and efficient approach to print shipping documentation at the DOD Distribution Centers. CURRENTLY: • The current platform prints from a large IBM 390/MVS series like mainframe database using TCP/IP Line Printer Daemon (LPD) protocol from a VTAM Printer Support (VPS) system as a printer driver/spooler. The print traffic is directed to the 802.3 (100BASEX) TCP/IP net card on a printer that is separately addressable or may be connected directly to a workstation via USB. • The current print traffic requires the printing of various barcode symbology to include 3 of 9, 128, PDF417 (2 dimensional), micro-PDF417(2 dimensional) and at possibly in the future data matrix (2 dimensional). Embedded in that barcode are significant unprintable characters as defined by Industry MH10 format, that are printable embedded in 2D barcodes. • The current print data streams originate in the mainframe system and are of PCL6 or (Kyocera Print Language) KPL format or PCL/KPL mixed. As there is no apparent simple industry standard command for linear barcode and 2 dimensional barcodes; barcodes are in KPL format embedded in PCL format. Therefore the print stream/data stream is mixed PCL/KPL on the same page. SPECIFICS: • The recommended print system must have an Ethernet and TCP/IP ability (net card) as well as USB embedded on the printers. There is potential for a requirement to be IPv6. • Net cards must meet the requirements of the most recent DOD regulation for net card security. Printers must be SNMP V3 capable. DHCP capable and if necessary password protect the configuration. • Recommended print system must be capable of printing those 1D and 2D barcodes correctly. Recommended Print System may or may not use KPL or PCL, either or both or mixed in the same print stream/data stream/command set. It may use POSTSCRIPT or other native languages. The print stream/data stream/command set must be scalable; the print stream/data stream that works on the larger one must be able to work on the smaller. • No color print is anticipated at this time, but should be available with a change in print platform to a color printer and slight adjustment of the print stream/data stream/command set. Color printing would come from the different print programs. • Printers must support default landscape 132 column text print and be able to automatically switch between text and graphics at a page break. • Because of the large volume of possible print traffic, a separate server system (middleware) solution that captures the print stream/data stream and inserts into the stream the appropriate PCL, POSTSCRIPT, other native to a particular printer barcode sequence commands or actual graphics at the appropriate point may be considered only if it meets the constraints of a very large worldwide print process with no lost performance. • A separate but similar solution is requested that requires print through a web page to a windows workstation and prints to a physical or logically attached printer using the workstations/windows print drivers is requested. It should be the same printer(s) as defined for LPD print above. • The manufacturer recommended printer consumables must meet the requirements of the Buy American Acts. • Printers recommended in this solution must be able to meet the requirements of the Affirmative (Green) procurement initiatives. • Printers may meet the current print stream/data stream/command set requirements as in use today or may have their own print stream/data stream/command set or may do a conversion in an embedded or attached conversion or instruction physical electronic as long as it meets the current print requirements (text, graphics and barcodes) and provide the same print performance response. • A print solution that requires a conversion in a workstation software to accomplish the barcode printing will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-SS-5001/listing.html)
 
Record
SN02378726-W 20110213/110211234518-e817715463f039c4b99f12573038eac4 (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.