|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1998 PSA#2209Department of the Treasury (DY), Bureau of Engraving and Printing
Office of Procurement, 14th & C Sts., SW, Room 708-A, Washington, DC
20228 36 -- STAMP INSPECTION SYSTEM SOL BEP-99-01(N) DUE 120498 POC Contact
Joan C. Smoot (202) 874-2183 E-MAIL: tina.mcguire@bep.treas.gov,
joan.smoot@bep.treas.gov. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Subpart
12.6 and 13.5, 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. This Request For Proposals (RFP) is identified by No.
BEP-99-01(N) and incorporates provisions and clauses in effect through
Federal Acquisition Circular 97-08. This acquisition is unrestricted.
The contract type will be firm fixed price. The Contractor shall
provide all material and labor to fabricate and deliver one (1)
Off-line Stamp Inspection System with an option to purchase one (1)
additional system. The inspection system will be mounted on an existing
web transport by BEP personnel and integrated with a BEP-provided
barcode marking and verification system (see below for integration
requirements). The inspection system will provide the BEP with an
encoded binary output containing a pass/fail inspection result for each
pane contained within a given print repeat. The contractor shall also
synchronize each output with the web location such that the barcode is
deposited on the proper print repeat. During production, BEP personnel
will verify the barcode quality, content and whether it was deposited
on the proper print repeat. BEP will provide the transport, barcode
marking and verification systems, all labor associated with
installation of the equipment onto the transport, and integration. At
a minimum, the inspection system shall: 1) Inspect images of each stamp
format printed at the BEP. Note: The print cylinder circumference on
the BEP's gravure, intaglio, offset, and combination offset/intaglio
presses produce sheets that are typically 20.42" or 20.88" long. The
maximum sheet length is 22.25" long. The print width ranges from 15" to
22". 2) Automatically compensate for variations in web speed and
synchronize the image acquisition process with the web speed such that
the print repeat is always within cameras' field of view. 3) Use a
camera that provides a resolution of 1024 x 1024 pixels. Each pixel
shall have a minimum resolution of 8 bits. 4) Inspect each repeat
length (i.e. sheet and/or impression) contained within a roll of
postage stamps. Note that the margin of the web contains a unique,
isolated mark signifying the start of each repeat. 5) Evaluate the
printed image using a pixel-by-pixel comparison between a saved user
created reference image and the image being inspected. A flaw is
considered any gray scale difference for a pixel location within the
reference image in relation to the value at the same pixel location in
live image. 6) Allow the operator to adjust the evaluation criteria
used to determine whether the printed image is acceptable or
unacceptable. 7) Allow the operator to adjust the size of the region
being inspected according to the differing formats. Drawings will be
available upon Contractor request. 8) Allow the operator to divide the
region being inspectedinto sub-regions called panes. The operator
shall be able to create up to 24 panes within the inspection area plus
adjust the size and location of each pane. 9) Generate a pass/fail
result for each pane that is specified within the inspection area. 10)
Transmit the inspection result for each pane via an RS232 output 9600
baud rate within 200 milliseconds from the time that the camera
acquires the image. 11) Track sheet location to insure the correct bar
code is deposited on the correct sheet. Inform BEP provided bar code
system when to print via RS232, 5-volt ttl, 12 vdc, or 24 vdc. 12)
Evaluate ink density and color registration via gray scale values. 13)
Display a real time image of each impression that indicates the
location and severity of all flaws that were detected during the
comparison between the reference image and the image being inspected.
14) Provide a menu driven, graphical user interface 15) Provide a
minimum of two (2) separate monitors. One (1) monitor shall display the
real time image ofeach impression with an over-lay indicating the
location and severity of all flaws. A minimum of one other monitor
shall be (1) used for the user interface and to display the information
indicated under requirement 16 for presentation of statistical
information. 16) Display: Flaw types and a history of occurrences,
system set points/configuration details, running spoilage sheet count,
equipment fault information, and other relevant information 17)
Provide assurance that the system is functioning properly 18)
Automatically compensate for: web variations as great as +/- 0.2",
camera sensitivity and illumination 19) Provide capability of new
product set up in twenty (20) minutes or less. 20) Provide tuning
thresholds to control sensitivity of inspection process. The system
shall have sensitivity adjustments associated with each pixel and
sensitivity adjustments associated with relative proximity of flawed
pixels 21) Perform all functions at web speeds up to 500 feet per
minute, automatically adjust to changes in transport speed and sustain
production for up to 24 hours per day 22) Upon repeated examination of
a given sheet, the system shall correctly classify the sheet in 99.8%
of the evaluations 23) Allow entry of the item number (5 alphanumeric),
Roll Number (5 alphanumeric), Operator Badge Number (5 alphanumeric),
Shift, Date. 24) Display and report the following information at the
conclusion of each roll, which is approximately 8,000 sheets for
pressure sensitive and 12,000 sheets for gum. (tuning set points,
machine event log, roll number, item number, number of total sheets
inspected, total number of panes inspected, acceptable and unacceptable
sheets, acceptable and unacceptable panes, flaw type(s) versus number
of occurrences for each pane) 25) Transmit all inspection and system
related data to the BEP's Oracle database and/or the existing Remote
Data Storage System for each roll. 26) Provide complete documentation
including operating manual, theory of operation, details of flaw
algorithm, and complete parts list. 27) Provide detailed fault
diagnostics for machine failures. Diagnostics shall provide machine
codes or text explanations that pertain to problem. 28) Enable operator
to back-up and restore all software necessary to maintain proper
operation of the system. 29) Provide a modem for remote troubleshooting
capability. 30)Be constructed in accordance with the National Electric
Code and applicable sections of OSHA. 31)Provide two (2) weeks of
training at the BEP to include operation and maintenance of the
inspection system. The Contractor shall deliver one (1) inspection
system unit within 150 calendar days after contract award. The
contractor shall also furnish assembly and detail drawings and
electrical schematics for all components with delivery of the system.
The Contractor shall deliver the system FOB destination within
consignee's premises to the BEP'S Shipping & Receiving Department
located at 14th & C Streets SW, Washington, DC 20028. The Contractor is
required to contact the BEP's Shipping and Receiving section's
appointment hotline (202) 874-7394, at least seventy-two (72) hours in
advance to schedule all deliveries. The Contractor is responsible for
transporting and delivering the inspection system unit to the BEP
Shipping and Receiving Dock. BEP shall conduct a two (2)-day Bureau
Acceptance Test (BAT) approximately six (6) weeks after delivery. The
Contractor shall send representation. During the BAT, the BEP will test
the system using a camera resolution of .022" per pixel. The BEP will
provide flawed and unflawed exemplars for testing purposes. The flawed
exemplars will contain overabundance of ink and deficiency of ink
flaws. The flaws will range in size from .025" to .100" and their
opacity will range from 10% to 100%. The deficiency of ink flaws will
be prepared by scraping the ink from the printed sheet. Both types of
flaws will be placed randomly throughout the web of stamps. During the
course of inspection of these exemplars, the BEP will test to ensure
each specified requirement and/or proposed capability is met. The
Contractor shall provide two (2) weeks of training to include operation
and maintenance of the inspection system for approximately 20 operators
and electromachinists. The training schedule will be established within
two (2) weeks after delivery of the system to BEP. The FAR provision at
52.212-1, Instructions to Offerors -- Commercial, applies to this
acquisition. The FAR provision at 52.212-2, Evaluation-Commercial Items
is applicable and includes the following addenda: Paragraph (a) is
hereby modified to identify the following evaluation factors: 1)
Conformance with technical specifications (Attachment A is a
Specification Checklist. The completed checklist must be included with
your technical proposal. Offerors are required to check the applicable
column: "yes", your proposal complies with the specification, or "no",
your proposal does not comply with the specification. If an offeror's
proposed equipment does not comply with a specific element in the
checklist, theofferor is required to check "no" on the Specification
Checklist and provide a narrative/comment stating the reasons why the
equipment does not comply. If the equipment does comply, the offeror
should check "yes", and provide supporting technical literature or a
narrative, as well as identify where in your technical literature or
narrative this information is located. If the offeror's equipment
exceeds the specified requirement, the offeror should check "yes" and
provide detailed information regarding how the equipment exceeds the
requirement. This checklist will be used for evaluation purposes); and
2) Past Performance. The evaluation factors are listed in descending
order of importance. In determining which proposal offers the greatest
value to the Government, technical merit shall be more important than
overall price or cost. Between substantially equal proposal ratings,
a determination will be made as to whether the additional technical
merit or benefits reflected by a higher priced proposal warrants
payment of the additional price. The FAR provision at 52.212-3, Offeror
Representations and Certifications, Commercial Items, applies to this
acquisition and includes the following addenda: The Offeror shall
submit a completed copy of the provisions at 52.212-3, Offeror
Representations and Certifications Commercial Items, with its proposal.
FAR 52.212-4, Contract Terms and Conditions -- Commercial Items,
applies to this acquisition and includes the following addenda:
Paragraph (a) is hereby modified to identify the constructive
acceptance period of seven (7) calendar days after completion of the
Bureau Acceptance Test (BAT). FAR clause 52.212-5, Contract Terms and
Conditions Required To Implement Statutes Or Executive Orders --
Commercial Items, applies to this acquisition and the following clauses
cited in the clause are applicable to this acquisition: 52.222-3,
Convict Labor, 52.233-3, Protest after Award; 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I; 52.219-8,
Utilization of Small Business Concerns and Small Disadvantaged Business
Concerns (15 U.S.C. 637 (d) (2) and (3)); 52.219-14, Limitation on
Subcontracting (15 U.S.C. 637(a)(14)); 52.222-26, Equal Opportunity
(E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action
for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports
on Special Disabled Veterans and Veterans of the Vietnam Era (38
U.S.C. 4212); 52.225-3, Buy American Act-Supplies (41 U.S.C. 10). FAR
Clauses 52.212-1 through 52.212-5 can be obtained at www.arnet.gov.
Offers may be submitted on letterhead stationary and, at a minimum,
shall contain: (1) the solicitation number; (2) the name, address,
point of contact and telephone number of the offeror; (3) terms of any
express warranty; (4) price and discount terms; (5) "remit to"
address, if different from mailing address; (6) a completed copy of the
representations & certifications; (7) a statement specifying the extent
of agreement with all terms, conditions, and provisions included in the
solicitation; and shall describe the system : (8) sufficient technical
literature and description to enable the Bureau to evaluate
conformance with the technical requirements; (9) available upgrades
which may provide greater utility to the BEP(higher resolution,
registration measurements) and their cost; (10) a list of three (3)
references for the past three (3) years for the same or similar
equipment (please include names, phone numbers, and dollar value); (11)
training class manual (course outline); (12) consumable and spare parts
lists and pricing; (13) identification of part numbers and sources for
commercially available parts (The Government prefers the commercial
availability of system components); (14) identification of all
components which are not commercially available; (15) web transport
interface architecture and function. Offers that fail to furnish
required representations or information, or reject the terms and
conditions of the solicitation, may be excluded from consideration. The
following documents are may be obtained via email or by fax (202)
874-2200: Section B (pricing information); FAR Clauses 52.212-1 through
52.212-5; the CBD/Solicitation; and the Specification Checklist. Offers
may also be faxed to the number listed above or mailed to the above
address. Offers are due by December 4, 1998 2:00 PM EST. All
responsible businesses may submit an offer which shall be considered by
the agency.***** Posted 10/23/98 (W-SN265018). (0296) Loren Data Corp. http://www.ld.com (SYN# 0197 19981027\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|