Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
SOURCES SOUGHT

36 -- Defense Manpower Data Center (DMDC), Seaside, California - Smart Card Printing Technology

Notice Date
1/26/2007
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TN), 1301 Clay Street Suite 280s, Oakland, CA, 94612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NCAT-FY07-DMDC0001
 
Response Due
2/15/2007
 
Archive Date
3/2/2007
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. The U.S. General Services Administration (GSA), representing the Defense Manpower Data Center (DMDC), Seaside, California (Monterey) seeks information and comments from firms capable of providing Smart Card Printing Technology or firms within the Smart Card issuance and/or maintenance systems industry about existing or planned products that will be available in the near future in support of the Department of Defense (DoD), DMDC (heretofore referred to as DoD) Common Access Card (CAC) program.</P> GSA in cooperation with DoD, as part of a collaborative effort is interested in receiving information pertaining to the development of an acquisition roadmap to ensure successful requirements development, including technical refresh of existing DoD owned material and equipment lending to the upgrade of a DoD owned smart card issuance facility.</P> THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION from industry that will allow the Government to support the government?s independent development of a long term contract strategy to procure material and services for the current DoD Common Access Card (CAC) program.</P> This RFI is issued for planning purposes ONLY and shall not be construed as a Request for Quote (RFQ) or a Request for Proposal (RFP). The Government DOES NOT intend to award a contract, pay for information received or incur ANY obligation to acquire products or services. Any information provided shall be used for government acquisition planning use only. If proprietary information is provided, please mark in red all documents containing proprietary data as ?Proprietary for Government Use Only?.</P> Requested Input from Industry.</P> Industry is strongly encouraged to submit information to DoD in accordance with the below questions.</P> All responses shall be limited to less than 30 pages and are due by February 15, 2007.</P> 1) Whether there are existing or planned products that will meet the basic requirements established and any proposed smart card issuance system should meet or exceed the following parameters:</P> CARD PRINTER/ENCODER ? Modular and scalable ? Card stock support: CR 50, CR 70, CR 80 Contact Smart Cards Contactless ISO Type A and Type B ? Smart card reader interface must support standard PC/SC card reader driver ? Support for custom software: Integration with 3rd party encoding APDU Engine software facilitate card printing status notification to 3rd party application Utility that simulates the encoding of smart card chip ? Ethernet network connectivity ? Support for production data input from: Relational database Disk file Card read-back Keyboard ? Option to use Public Key Cryptography to decrypt the card production data ? Monochrome and full color print support, to include safe print and lamination of smart cards with built-in antenna ? Easy system reconfiguration from full color to monochrome print ? Print resolution min 300 dpi (600 dpi highly desirable to keep consistent cards) ? Card back and front print, lamination, and smart card chip encoding in a single pass ? Throughput: 900+ cards/hour 1.9?x3.1? full-color print 300+ cards/hour smart cards chip encoding (assume 6+minutes/card encoding time) Duty cycle 40,000+ cards per month ? Pre-load of at least 500 cards from multiple, software settable sources ? Output of cards to multiple, software settable stackers, or directly into a mailing system (must have as an option) ? Self-cleaning mechanism with configurable cleaning cycle ? Selectable in-line/off-line connection to a card mailing system ? Card and smart card chip data read-back/verify capability ? Configurable handling of rejected cards with optional automated remake of cards</P> SYSTEM MANAGEMENT SOFTWARE ? Windows based ? Built-in user roles and access control ? Secure storage of sensitive configuration data ? Rapid design of card layouts ? Support of true type fonts, size 6.5 and up ? Support of image formats Jpeg, Tif, Bmp, Pcx (must support Jpeg and Bmp) ? Configurable time-outs for encoding/programming operations ? Easy load of preconfigured system settings ? Easy enable/disable of system modules ? System diagnostic tools are desirable ? Production audit and reporting</P> MAILING SYSTEM ? Ethernet network connectivity ? Support for production data input from: Relational database Disk file Card read-back Keyboard ? Option to use Public Key Cryptography to decrypt production data is desirable ? Verified matching of cards (surface and/or smart chip data) to personalized mailer ? Throughput 900+ cards/hour ? Duty cycle 150,000+ forms/month ? Preload of min 500 cards ? Preload of min 1,000 mailer sheets ? Preload of min 500 standard envelopes Plain paper mailer (no perforation or folding line required) ? Temper sensitive attachment of up to 4 cards per mailer (minimum of 2 required) ? Configurable positioning of cards on the mailer ? Support for text, bar code, and graphics print ? Duplex personalized print of mailers ? Option to include at least one (1) unfolded and up to two (2) pre- folded attachments with each mailer ? Attach card to the mailer, add optional attachments, insert into envelope, and seal the envelope in a single pass</P> 2) The month and year the products are expected to be available; </P> 3) Information about any contract vehicles currently being used to provide products to the DoD.</P> DoD expects to evaluate industry input to the parameters of smart card issuance systems, and evaluate the relative durability and functional characteristics of cardstock printed and laminated by the issuance systems. Target Date: March 5, 2007.</P> DoD will provide all responding vendors several card design layouts to be printed and laminated in their card issuance system on a set of test cards. The cards will be subjected to a battery of tests outlined in the American National Standards Institute (ANSI) International Committee for Information Technology Standards (INCITS) 322 Card Durability Test Methods. </P> DoD expects to purchase one smart card issuance system for the DoD Common Access Card Central Issuance Facility. Target Date: May 1, 2007.</P> For information purposes only, please respond via the official FedBizOps or E-Buy website, providing either a copy of or a link to the Federal Supply Schedule, Governmentwide Acquisition Contracts (GWACs) or alternative contract vehicle, which you intend to provide information to respond to this RFI. </P> No award will be made as a result of this RFI, however for your planning purposes here is a sample of the award criteria that MAY be used by the GSA/FTS IT-Solutions Shop to evaluate quotes submitted in response to a formal request for quotation or proposal. The following factors may be used to determine the offeror(s) that offer the ?Best Value? solution to the Government: </P> ? Price ? Past performance ? Special features that are required in effective program performance that are not provided by a comparable item ? Past performance (e.g. experience) ? Trade-in considerations. ? Probable life of the item selected as compared with a comparable item. ? Warranty considerations. ? On-site maintenance availability. ? Environmental and energy efficiency considerations. ? Product comfort, quality, and overall suitability. ? Delivery Terms (e.g. time, standard packaging, availability). ? Administrative costs. ? Required training (indicate if training cost, if any are included in overall cost). ? Technical qualifications. ? Compatibility with existing product (e.g. existing furniture/IT Equipment). ? Other (specify and attach comments) </P> Please ensure the following information is included with your response:</P> (Anticipated, Estimated or Actual Data is Acceptable) </P> 1) Which system feature(s) meet the desired parameters, 2) All prices, 3) All shipping costs (Please anticipate FOB Destination), including terms & conditions, 4) The correct remittance address, as registered in IT Solutions, 5) Recommended number of days for quote validity, 6) Whether the products are Section 508 compliant, 7) Whether you can make the required delivery date, and the amount of lead time required to make an earlier delivery, 8) Identify your Schedule Contract Number, business type, Federal Tax ID, DUNS, NAICS, or any other applicable numbers and codes, 9) Indicate all line items that are not on schedule by placing OM (Open Market) next to each item, and 10) Provide a response in accordance with this RFI. </P> All Electronic and Information Technology (EIT) procured through this task must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended and is viewable at http://www.access- board.gov/508.htm </P> If your company is not already registered, you will need to register at http://web1.itss.gsa.gov. The registration help desk can be reached at (877) 243-2889 option 2 </P> Should you have any questions or need any clarifications, please do not contact the client (DMDC) directly. You may contact Mr. Josh Barrak by email at josh.barrak@gsa.gov or by telephone at 408-842-6223. </P> Attached Documents: Product Demonstration Form to follow RFI</P> Note: The correct issuing contracting office address is:</P> Kenton K. Raiford, Contracting Officer</P> Federal Technology Service (FTS)</P> 450 Golden Gate, 5th Floor East</P> San Francisco, CA 94102-3661</P>
 
Place of Performance
Address: Defense Manpower Data Center (DMDC), DMDC Support Office (DSO), DOD Center Monterey Bay, 400 Gigling Road, Seaside, California,
Zip Code: 93955-6771
Country: UNITED STATES
 
Record
SN01220303-W 20070128/070126221354 (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  © 1994-2020, Loren Data Corp.