Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOLICITATION NOTICE

99 -- Mylar Duplication and Digitizing Services

Notice Date
6/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
F9LG0040935100
 
Response Due
6/21/2004
 
Archive Date
7/6/2004
 
Point of Contact
Terri Frye, Contract Specialist, Phone (478)926-6111, Fax (478)926-3590,
 
E-Mail Address
Terri.Frye@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Mylar Duplication and Digitizing Services IAW the Statement Of Work (1 Lot). This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being required and a written solicitation will not be issued. The following clauses are applicable to subject solicitation: FAR 52.212-1 (Instructions to Offerors), 52.212-2 (Evaluation - Commercial Items), 52.212-3 (Offeror Representations and Certifications - Commercial Items), 52.212-4 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items). IAW clause 52.212-2, the evaluation factors shall be: Price and Price related factors, Conformance to performance specifications (SOW). This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC)2001-22 05 May 2004. NAICS Code 518210. Place of performance/FOB Robins , GA. Service Contract Act Applies/Contractor Identification Wage Determination 94-2139 Rev 27. See applicable Numbered Note for: Total 100% Small Business Set-Aside and Applies to this notice. Service shall begin on 01 July 2004 through 30 June 2005. ****Statement of Work for Mylar Duplication and Digitization Services REVISED June 07, 2004 1. Description of Services Aeronautical Mylar Support Services The contractor shall provide Integrated Aeronautical Mylar Support Services for three thousand four hundred (3,600) large format, un-dimensioned drawings on stable-base material. Support services include Integrated Logistics Support Program Management, Mylar Digitization, Mylar Precision Plotting, Mylar Duplication, Mylar Restoration, and Mylar Engineering. Due to the high degree of accuracy required for Mylar products and services, the precision technology involved and the close liaison needed to support WR-ALC daily production activity, a single contractor with demonstrated capability to provide all Integrated Aeronautical Mylar Support Services is required. Mylar Digitization Service. The contractor shall have organic capability to precisely convert large format Mylar drawings up to 48? x 180? to digital raster imagery in TIFF G4 format. The contractor shall produce the digital image by capturing the image accurately during the scan process using a large format flatbed-scanning device. The contractor shall maintain precise geometric accuracy within +/-.0025? over 48? x 180? utilizing a scanning device with an optical resolution of 2540dpi and geometric accuracy of 100 microns. The scanning device shall be capable of +/-10 micron repeatability. Pinch roller scanning devices shall not be used. Post scanning electronic digital manipulation processes such as warping, skewing, or ?rubber sheeting? shall not be used. The contractor shall maintain a dynamic Quality Control process for repeated conversion of large-format Mylar engineering drawings to an original-referenced dimensionally accurate electronic image file. The Quality Control process shall include the production of a Precision Proof Plot from the digital image created. The contractor shall have organic capability to routinely produce a Precision Proof Plot and shall utilize an optical laser-generated plotting device with output resolution of up to 2450dpi. The contractor shall produce a Precision Proof Plot on 7mil stable base material with a Dmax range of .01-4.5. The Precision Proof Plot is integral to the conversion Quality Control process and shall be utilized to verify the fidelity and accuracy of the digital image. Production of proof plots at regular intervals is required to insure accuracy. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical measurement of large format Mylar drawings with an accuracy of +/- .0025? over 120?. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical electronic measurement with an accuracy of +/-.0025? over 47?. Dimensional accuracy of measurements shall be verified by approved precision measurement techniques prior to duplication, plotting or digitization processes. The Mylar digitization process shall include population of electronic MetaData for each digital image. The contractor shall develop a Data Quality Management process for capturing the unique MetaData attributes associated with each original Mylar that is digitized. The contractor shall develop a data management process for capturing unique attributes associated with each original Mylar that is digitized. This data shall be provided in a format that can be readily imported into JEDMICS. The contractor shall operate a secure, climate controlled laboratory facility with sufficient resources to sustain production and final delivery of up to 20 Digitized Mylar drawings per day, including MetaData delivery for each Mylar. The contractor shall provide same-day logistics support for On-Demand Mylar Digitization Services. The contractor shall appoint a dedicated Program Manager who shall attend same-day ad-hoc meetings when called in support of Mylar Digitization initiatives. To effectively provide the level of Mylar digitization support required and to rapidly transfer physical custody of original Mylar drawings, the contractor?s production facility shall be located in close proximity to WR-ALC. Mylar Precision Plotting Service The contractor shall have organic capability to provide On-Demand Mylar Precision Plotting Services for drawing sizes up to 48? x 180?. Precision Plots shall be produced utilizing an optical laser-generated plotting device with a resolution of up to 2450dpi on approved stable-base materials with a Dmax range of .01-4.5. The contractor shall have expedited on-demand Precision Plotting Services to support WR-ALC manufacturing requirements within 24hours. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical measurement of large format Mylar drawings with an accuracy of +/- .0025? over 120?. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical electronic measurement with an accuracy of +/-.0025? over 47?. Dimensional accuracy of measurements shall be verified by approved precision measurement techniques prior to duplication, plotting or digitization processes. The contractor shall provide same-day logistic support and engineering coordination for On-Demand Aeronautical Mylar Precision Plotting Services. The contractor?s Program Manager shall attend same-day ad-hoc meetings when called in support of Mylar Plotting initiatives. To effectively provide the level of precision plotting support required and to rapidly transfer physical custody of original Mylar drawings, the contractor?s production facility shall be located in close proximity to WR-ALC. Mylar Duplication Service The contractor shall have organic capability to provide On-Demand Mylar Duplication Services for Mylar sizes up to 48? x 180? utilizing an archival duplication process on approved stable base material. The contractor?s Mylar duplication process shall be capable of repeating 100 micron geometric accuracy. Diazo, electrostatic and xerographic duplication processes shall not be used. The contractor shall provide Mylar Restoration Services integrated with Mylar Duplication Services. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical measurement of large format Mylar drawings with an accuracy of +/- .0025? over 120?. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical electronic measurement with an accuracy of +/-.0025? over 47?. Dimensional accuracy of measurements shall be verified by approved precision measurement techniques prior to duplication, plotting or digitization processes. WR-ALC requires same-day logistics support and engineering coordination for On-Demand Mylar Duplication Services. The contractor?s Program Manager shall attend same-day ad-hoc meetings when called in support of Mylar Duplication initiatives. To effectively provide the level of Mylar duplication support required and to rapidly transfer physical custody of original Mylar drawings, the contractor?s production facility shall be located in close proximity to WR-ALC. Mylar Restoration Service The contractor shall have organic capability to restore object lines and alphanumeric data on darkened and damaged Mylar drawings prior to digitization, plotting or duplication. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical measurement of large format Mylar drawings with an accuracy of +/- .0025? over 120?. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical electronic measurement with an accuracy of +/-.0025? over 47?. Dimensional accuracy of measurements shall be verified by approved precision measurement techniques prior to duplication, plotting or digitization processes. The contractor shall provide same-day logistics support and engineering coordination for On-Demand Mylar Restoration Services. The contractor?s Program Manager shall attend same-day ad-hoc meetings when called in support of Mylar Restoration initiatives. To effectively provide the level of Mylar restoration support needed and to rapidly transfer physical custody of original Mylar drawings, the contractor?s production facility shall be located in close proximity to WR-ALC. Mylar Engineering Services The contractor shall have organic capability to provide ad-hoc Aeronautical Mylar Engineering Services in support of Mylar tooling projects, products and services. The contractor shall have experience in Aerospace Configuration Management, Aircraft Manufacturing, Aircraft Engineering and Aircraft Maintenance & Modification processes and procedures. The contractor shall be familiar with the JEDMICS data storage system, digital imagery formats and shall have organic capability to convert a wide variety of digital imagery file types without loss of dimensional accuracy. The contractor shall have a demonstrated performance history of aeronautical support program experience. The contractor shall operate and maintain an environmentally controlled laboratory with precision measuring equipment calibrated to WR-ALC equipment in support of Mylar digitization, plotting, duplication and restoration services. The contractor shall have the ability and demonstrated performance of controlling and adjusting the dimensional accuracy of large format drawings. The contractor shall provide same-day OEM Liaison and Mylar Logistical Support Services to include physical custody transfer of OEM Mylar drawings on-demand within 24 hours. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical measurement of large format Mylar drawings with an accuracy of +/- .0025? over 120?. The contractor shall possess and maintain the ability to provide accurate and repeatable precision physical electronic measurement with an accuracy of +/-.0025? over 47?. Dimensional accuracy of measurements shall be verified by approved precision measurement techniques prior to duplication, plotting or digitization processes. The contractor shall provide same-day Aeronautical Mylar Engineering Services in support of Mylar initiatives as required by WR-ALC. The contractor?s Program Manager shall attend same-day ad-hoc meetings in support of Mylar Engineering Services initiatives. To effectively provide the level of integrated support needed, and to facilitate frequent and meaningful exchange between WR-ALC Engineering personnel and the contractor, the contractor?s production facility shall be located in close proximity to WR-ALC. The contractor shall provide a One-Stop-Shop that that specializes in Aeronautical Product Support providing comprehensive Integrated Mylar Support Services on-demand in less than 24 hours. The contractor shall have demonstrated experience in Aeronautical Manufacturing Support to include liaison Engineering, Manufacturing, Production Management, Configuration Management and Integrated Logistics Support services. The contractor shall have a history of performing USAF-approved Integrated Aeronautical Mylar Support Services including Digitization, Plotting, Duplication, Restoration, Aeronautical Engineering liaison services and Integrated Logistics Support Program Management services. Integrated Logistics Support Program Management The contractor shall assign a dedicated Program Manager for Integrated Aeronautical Mylar Support Services to oversee the management, administration, execution and reporting of all tasks associated with the services required in this solicitation. The contractor?s Program Manager shall be the central point of contact and shall be available to attend daily on-site ad-hoc program meetings as required at WR-ALC. 2. Service Delivery Summary The Integrated Logistic Support program shall include an automated production control, tracking and reporting system and channels of distribution, which routinely support same-day turn-around for all Mylar support services. WR-ALC will distribute Mylars to potential suppliers and parts manufacturers in a digital format rather than providing Mylar duplications. The contractor shall place the following statement on each drawing that is digitized: ?Digital image created by ?Contractors Name? for a Certified Dimensionally Accurate Aeronautical Mylar Precision Plot of this drawing, contact ?Contractor?s Name, Phone Number or Email Address. Delivery Items shall meet thresholds described below: SDS# Performance Objective SOW para. Performance Threshold 1 PRECISION PLOTTING LEGIBILITY 1 95% 2450DPI MONTHLY 2 PRECISION PLOTTING ACCURACY 1 95% DMAX RANGE .01-4.5 MONTHLY 3 PRECISION PLOTTING TIMELINESS 1 95% WITHIN 24 HOURS MONTHLY 4 MYLAR DUPLICATION ACCURACY 1 95% ARE 100 MICRON GEOMETRIC ACCURACY MONTHLY 5 MYLAR DUPLICATION ACCURACY 1 95% PLUS OR MINUS .0025 OVER 120" MONTHLY 6 MYLAR DIGITIZATION ACCURACY 1 95PLUS OR MINUS .0025 OVER 47" MONTHLY 7 MYLAR RESTORATION ACCURACY 1 95% PLUS OR MINUS .0025 OVER 120" MONTHLY 8 MYLAR RESTORATION ACCURACY (Electronic) 1 95% PLUS OR MINUS .0025 OVER 47" MONTHLY 9 MYLAR DUPLICATION TIMELINESS 1 95% WITHIN24 HOURS MONTHLY 10 MYLAR ENGINEERING SERVICES 1 95% Accuracy MONTHLY 11 PROGRAM MANAGER ADHOC MEETING 1 IN ATTENDANCE 95% OF THE TIME ANNUALLY DELIVERY ADDRESS / SCHEDULE The contractor shall, unless otherwise directed, deliver products to the following address: WR-ALC/LGED 460 Richard Ray Blvd Robins AFB, GA 31098 Attn: John Fowler Schedule With the exception of the Monthly Status Report, favorable delivery schedules for Products and CDRLs described in this proposed Statement of Work shall be coordinated with WR-ALC Project Management personnel on a case-by-case basis. WR-ALC shall determine and assign priority of work based upon internal requirements. 3. Government-Furnished Property and Services WR-ALC Program Management personnel shall provide contractor original Mylars for digitization grouped in work packages. Priority of work packages will be articulated at this time. Contractor shall dispatch a courier to take custody of the original Mylars work packages, which will be inventoried and transported to production facilities. Government Furnished Information (GFI) will be provided by WR-ALC as necessary to facilitate the production of the products and services described in this Statement of Work. 4. General Information To effectively provide the level of integrated logistics support program management required and to facilitate the rapid physical custody transfer of Mylar drawings, the contractor?s production facility shall be located in close proximity to WR-ALC. 5. Appendix MetaData File Each Row in the spreadsheet shall represent a distinct sheet number for each original Mylar. Each Column in the spreadsheet shall be populated with data unique to each original Mylar. A maximum of 21 Columns shall be populated for each original Mylar. Most of the information required to populate the MetaData cells shall be found in the Title Block of the original Mylar being digitized, or shall be provided by WR-ALC with delivery of the original Mylars to for digitization. If information does not exist on the drawing, or is not provided by WR-ALC, the field will be left blank. File Name ? The contractor shall provide a unique File Name convention up to 10 characters for each Mylar being digitized and assign the File Name. Date ? Enter the date that the Mylar is digitized. Use hyphens in the following format: (DD-MMM-YYYY). Manufacturer ? Enter the name of the contractor whose name appears in the Title Block of the original Mylar. CAGE (FSCM) ? Enter the appropriate CAGE (FSCM) Code of the contactor found in the Title Block of the original Mylar or that is provided by WR-ALC. Drawing Sheet Size ? Enter the appropriate alpha designator found in the Title Block of the original Mylar being digitized. File Format ? Enter ?TIFFG4? as the File Format that the Digital Imagery shall be saved as. Data Rights ? Enter the code that identifies the rights status of the information on the original Mylar being digitized. WR-ALC shall provide the appropriate code for this column. 1) ?U,, signifies that the Government has an unlimited right to use the Mylar being digitized, 2) ?L? signifies that the Government has LIMITED rights to use the Mylar, or has obtained Government Purpose License Rights (GPLR) to the data being digitized. NSN (FSN) ? Enter the National Stock Number found in the Title Block of the original Mylar being digitized. Mylar Type ? Enter the code that identifies the classification or type of Mylar being digitized. This information shall be provided by WR-ALC. Mylar Number ? Enter the information found in the Title Block of the original Mylar. This is the primary reference for the Mylar. Use the exact nomenclature provided, following the type case conventions utilized without spaces (ex: 68A335 100). Frame Number ? Enter the code ?0001? as Frame Number for all TIFF files. Number of Frames ? Enter the code ?0001? as Number of Frames for all TIFF files. Control Activity ? Enter the appropriate Control Activity code provided by WR-ALC. Security Level ? Enter the code ?N? (unclassified) for all drawings being digitized. Sheet Number ? Enter the Sheet Number found in the Title Block of the original Mylar being digitized. Number of Sheets ? Enter the Total Number of Sheets found in the Title Block of the original Mylar being digitized. Distribution Code ? Enter the Distribution Statement Code Letter (A, B, C, D, E, F, or X) found in the Title Block of the original Mylar being digitized. Weapons System Model Number ? Enter the Weapons System Model Number that is found in the Title Block of the original Mylar being digitized, or that is provided by WR-ALC. Revision Letter ? Enter the Revision Letter found in the Title Block of the original Mylar that is being digitized. File Type ? Enter the File Type that the digitized drawing shall be converted to (ex: Raster, HPGL, ASCII text, etc). Column Fields Label Length Justification Filename 14 characters Left Date II characters Left Mylar Title 40 characters Left Manufacturer 32 characters Left CAGE (FSCM) 05 characters Left DrawingSheetSize01 character Left Sheet Number 04 characters Right NumberofSheets 04 characters Left DistributionCode01 character Left WeaponsSystemModel15 characters Left Revision Letter 02 characters Right File Type File Format 20 characters Left 32 characters Left Left Data Rights NSN (FSN) 01 character 13 characters Left Mylar Type 03 characters Left Mylar Number 32 characters Left Frame Number 04 characters Right Number of Frames04 characters Left Control Activity02 characters Left Security Level 01 character Left CONTRACT DATA REQUIREMENTS LIST A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: D. SYSTEM/lTEM E. CONTRACT/PR NO.INTEGRATED MYLAR SUPPORT F. CONTRACTOR I 1. DATA REM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 1 OF 3 CONTRACTOR'S QUALITY CONTROL PLAN 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE SCBA-1 SOW PARA 2 7. DD 250 REQUIRED 9. DIST STATEMENT 10. FREQUENCY Y A ONE TIME 12 DATE OF FIRST SEE BLK 16 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION TBD 16 REMARKS 12. AT TIME OF SOLICITATION 14. DISTRIBUTION: WR-ALCILGED, 480 Richard Ray Blvd Ste 200, Robins AFB, GA 31098-1640 - - Contractor Format is Acceptable 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 2 OF 3 DIGITIZATION OF EXISTING GOVT DOCS 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE SOW "DELIVERABLES" 7. DO 250 REO Y 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION A TBD 30 DAC 8. App CODE 11. AS OF DATE 13. DATE - OF SUBSEQUENT TBD SEE BLK 16 16 REMARKS 13. 30 DAYS AFTER NOTIFICATION FROM GOVT TO RESUBMIT 14. DISTRIBUTION: 480 Richard Ray Blvd Ste 200, Robins AFB, GA 31098-1640 -- Contractor Format is Acceptable t. DATA ITEM NO. 2. TITLE OF DATA REM 3. SUBTITLE 3 OF 3 META DATA FOR DIGITIZED IMAGES 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE SOW "DELIVERAB'ES" 7. DD 250 REQ Y 9. DIST STATEMENT A 10. FREQUENCY 12 DATE OF FIRST SUBMISSION TBD 8. App CODE 11. AS OF DATE 13. DATE - OF SUBSEQUENT TBD SEE BLK 16 18. REMARKS 13. 30 DAYS AFTER NOTIFICATION FROM GOVT TO RESUBMIT 14. DISTRIBUTION: 480 Richard Ray Blvd Ste 200, Robins AFB, GA 31048-1640 - - Contractor Format is Acceptable G. PREPARED BY H. DATE 1. APPROVED BY DATE ORIGINAL SIGNED BY TERESA DYER 4 MAY 04 ORIGINAL SIGNED BY ANTHONY A. YARBROUGH 4 MAY 04 Contractors shall submit company qualifications along with reference from previous government, private, and Robins AFB HVAC work. Please contact the Contracting Officer for copy of the DD Form 1423(Contract Data Requirements List). Subcontracting Plan is required for submittion in your proposal. Oral Procedures will be used for this solicitation. Quotations may be faxed to (478) 926-3590 The anticipated award will be 23 June 2004 All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered.
 
Place of Performance
Address: Robins AFB, GA
Zip Code: 31098
Country: US
 
Record
SN00599437-W 20040609/040607212017 (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  © 1994-2020, Loren Data Corp.