Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1998 PSA#2209

Department 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