Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
SOURCES SOUGHT

M -- A76 ROLLER RECOVERY AND INK MANUFACTURING

Notice Date
12/2/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Procurement, 14th & C Streets, S.W., Washington, DC, 20228
 
ZIP Code
20228
 
Solicitation Number
BEP-03-0021
 
Response Due
12/13/2002
 
Point of Contact
Robert Knauer, Contracting Officer, Phone (202)874-5827, Fax (202)874-3135,
 
E-Mail Address
Robert.Knauer@bep.treas.gov
 
Description
The Bureau of Engraving and Printing is issuing this NOTICE OF SOURCES SOUGHT for an A-76 study being performed at our Washington, DC and Fort Worth, Texas locations. In response to the announced Commercial Activity study of 30 positions covering Ink Making and Roller Recovery, this action will comply with the ?current? procedures prescribed in Office of Management and Budget Circular A-76, the "Commercial Activities" program. Services involved are described below for each functional element. A cost comparison will be performed later in the calendar year to determine the feasibility and economy of converting the ink making and roller recovery services performed by Government. Therefore, the Bureau of Engraving and Printing is seeking vendors nationwide that have the capability, background, skilled personnel, past experience and resources to provide the Bureau with two distinct functions:Ink Manufacturing and Roller Recovery operations. Ink Manufacturing is located at two geographic locations (Washington, DC and Fort Worth, TX). The Washington and Fort Worth facilities both produce a variety of different inks each year for use in the production of U.S. currency. The inks produced are 1) intaglio inks used on intaglio printing presses and 2) high security inks for use on letterpress presses. The equipment used to produce the different types of inks includes automated batching systems for weighing ink ingredients, industrial mixers of varying capacities and high-pressure three-roll mills for complete dispersion of raw materials. Since the quality of the inks produced at the Bureau is very critical, a testing laboratory staffed with full-time chemists is maintained in the section to perform certification tests on all ink batches. Inks must pass the respective tests before they can be used in currency presses. In addition to regular ink production, the Ink Manufacturing Section also provides technical support for the development of new and experimental inks. (NOTE: The ink chemists and technical support staff who do ink development are NOT currently included in the number of positions subject to our A-76 analysis, since they are members of the Office of Technical Support and not the Office of Production Support as are the ink makers.) Roller Recovery Section Operation: The Bureau of Engraving and Printing?s Roller Recovery Section produces wiper rolls and inking-in rolls for the cylinder wipe, intaglio printing presses used to print U.S. currency. To fabricate a wiper roll, three distinct layers (different formulations and physical properties) of PVC (polyvinylchloride) material are applied to a steel wiper roll core using special application and curing procedures. First, raw materials are mixed together to make the various formulations of PVC coatings. Then, the PVC is applied to the roll. Following application of the PVC layers, the wiper roll surfaces are finished and polished in a lathe to obtain specific dimensions and surface finish. To produce a wiper roll that meets the physical requirements of operating on high-speed currency presses, the Roller Recovery Section closely monitors the quality of both incoming raw materials and the PVC formulations of the respective wiper roll layers. Operation of the PVC coating machines and the mechanical soundness and condition of wiper roll cores are also monitored very closely. When completed, all wiper rolls undergo a series of final quality inspections to assess the bonding of PVC layers, hardness and surface defects. In addition to regular wiper roll production, the Roller Recovery Section also provides technical support for the development of experimental rolls needed for new inks and currency design features. ACTION REQUIRED: It is requested that any vendor in the United States having the skilled personnel, talent, capability, resources and past experience to provide the above service and operation of these functions provide by email the following information to the point of contract indicated in this notice, Mr. ROBERT KNAUER. Please provide: 1. Name of Company Contract 2. Phone and Fax numbers 3. Email addresses 4. Company Website address 5. At least six (6) commercial and government references that can verify that your firm has done the type of work contemplated and that provides information about the quality of your past performance. Include the following information for each contract: 1. Name of Contracting Activity or Customer 2. Contract Number or Other Identification Number 3. Contract Type 4. Total Contract Value or Volume 5. Description of Service 6. Contracting Officer Point of Contact and Telephone Number 7. Technical/Project Manager Point of Contact and Telephone Number 8. Provide a brief (2page) description of your firm?s history and organization and a description of its facilities, products, services, and customers as they relate to performance of pre-and post-award contracting for the commercial and Government. AGAIN, NO SOLICITATION IS BEING ISSUED AT THIS TIME. This is for information on source availability only. No site visits or pre-solicitation conference will be held until a determination of source availability is made by this Office. If a contract should be awarded as a result of any A76 competition, it will be because the cost of contracting is lower than the cost of continued Government performance as prescribed in the current OMB A76 Circular and Revised Supplemental Handbook. All Government personnel adversely affected by conversion of Government performed services to contract have the Right of First Refusal for jobs for which they are qualified. The successful offeror shall provide all management, supervision, quality control, coordination, personnel and labor to perform the above services. Due to the type of work conducted in BEP, it is required that contractor?s personnel be United States citizens. Additionally, some of the functions involve working with sensitive information; therefore, all company personnel must be eligible for a full access security clearance. It is anticipated that there will be one procurement action required to complete this action, if the cost comparison results in contract award. The expected term of the contract shall be an initial one-year award and four one-year options with a total contract period not-to-exceed 60 months. A Firm Fixed Price contract is anticipated. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-DEC-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 25-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/BEP/OPDC20220/BEP-03-0021/listing.html)
 
Place of Performance
Address: 14th and C Streets, SW, Washington, DC and Fort Worth, TX
Zip Code: 20228
Country: United States
 
Record
SN00412158-F 20030827/030825222950 (fbodaily.com)
 
Source
FedBizOpps.gov 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.