Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
DOCUMENT

99 -- Item Unique Identification Data (IUID) Labels and IUID Processing and Management Services - Modification 7

Notice Date
5/30/2008
 
Notice Type
Modification 7
 
NAICS
339943 — Marking Device Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Center for IT Solutions (5TF), 230 South Dearborn Street - Room 3380, Chicago, IL, 60604-1696, UNITED STATES
 
ZIP Code
60604-1696
 
Solicitation Number
5TS57070224
 
Response Due
7/7/2007
 
Point of Contact
Eben R. Greybourne,, Phone: (312) 886-3811
 
E-Mail Address
eben.greybourne@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
The purpose of this synopsis modification is to answer vendor questions and amend the solicitation, where necessary to provide clarification. Due to the changes made to the solicitation as presented in this synopsis modification, the due date for proposals is extended. The synopsis is changed as follows ----- (xvi) OFFERS DUE: 19 June 2008. Additionally, all references in the solicitation to Tesa tape should be changed to Polyacrylic Tape. The Polyacrylic Tape specification is provided below. QUESTIONS 1 through 10 were issued with synopsis modification 5. QUESTION11: Could you tell me if there is a page limitation for the proposals. ANSWER 11: Initially the government only required concise proposals; however, recent discussions with the technical evaluation team members have produced a consensus that a page limit be placed on proposals. Solicitation Section L.4 – Proposal/Quotation Submission Instructions is amended to add the following paragraph L.4.4. – Page Limitations L.4.4 Page Limitations a.The government has limited the size of proposals to reduce the burden on the evaluation team. The limitations are as follows – (1)Technical Proposal – 20 pages (2)Past Performance Information -- Two pages per referenced company plus 5 pages for other past performance documentation (3)Price Proposal – No page limit b.A page is defined as follows: Printing on one side of a standard letter size 8.5 x 11 inch sheet of paper or “letter size” electronic page. Larger page sizes are considered to be one page provided they are used for charts and diagrams, only. c.Exceptions to the page limitation restriction are as follows -- (1)Front Cover Page and Back Cover Page, provided no proposal information appears other than identifying information such as the offeror’s name, offeror’s contact information, project title, solicitation number, date of preparation, and company logos. (2)Section Tab/Separator Pages, provided no proposal information appears on the page other than Section Name/Number. (3)Table of Contents. (4)List of Tables. (5)List of Figures. (6)Pages intentionally left blank. (7)Organizational Conflict of Interest Mitigation Plan, if applicable. (8)Any required safety or security forms. (9)Individual employees’ resumes or curriculums vitae (CVs). (10)Preprinted brochures or specification data sheets (11)Compliance matrix, should the offeror choose to furnish one. QUESTION12: [Several potential offerors have asked questions about the materials specifications and the label marking process. Rather than answering individual questions, the following information is provided.] ANSWER 12: The Government is looking for the best IUID Data Label solution. The solution, presented in the proposal, should include flexibility to order a wide variety of material, imprint, and adhesive options. To clarify the Government’s intent, see the first item under the title ADDITIONAL SOLICITATION CHANGES, below. The following material examples are provided in the solicitation. These materials are the ones that shall be used by the offeror when completing the representative Schedule of Items/Services and Prices, (Attachment 1) that is being used as the pricing example forproposal evaluation purposes, only. Solicitation Section C, Paragraph 7.1.1.1 as currently written is deleted in its entirety and replaced with the following -- 7.1.1.1Materials – The Contractor shall provide material choices so that the Government can order labels that comply with the requirement found in MIL-STD-130N, Para. 4.3 that states, “…identification labels used shall be as permanent as the normal life expectancy of the item and be capable of withstanding the environmental tests and cleaning procedures for the item to which it is affixed.” The following materials, along with their respective minimum specification, imprinting process, and attachment method, shall be included in the ordering options under this contract. This is not intended as a comprehensive list of all materials that may be required to support the contract. The contract may be awarded to include additional options proposed by the Contractor or modified to add materials that are not included in this original list, should that be necessary to meet the needs of the Government (i.e., changes to comply with future versions of MIL-Std-130). 7.1.1.1.1 (a) Aluminum plate per MIL-DTL-15024, Type L, Style III. 1100 aluminum alloy per AMS-QQ-A-250/1. Thickness.020” =/-.002”. Anodize per MIL-A-8625, Type II, Class 2, Color 37038 (black) per FED-STD-595. Testing requirements per MIL-DTL-15024, Type A. Imprint Method -- Laser etching Attachment Method – screws or adhesive 7.1.1.1.1 (b) Aluminum plate per GG-P-455, Type 1, Class, Grade A. Thickness.020” +/-.002”. Blank plates shall be exposed and processed to a black surface, anodized and sealed in accordance with GG-P-455. Plate color 27038 or 37038 (black) per FED-STD-595. Imprint Method – Photo etching Attachment Method – screws or adhesive 7.1.1.1.1 (c) Aluminum foil per MIL-DTL-19834, Type I, Style III 1100 aluminum alloy per AMS-QQ-A-250/1. Anodize per MIL-A-8625, Type II, Class 2, Color 37038 (black) per FED-STD-595. Imprint Method – Laser etching Attachment Method –adhesive 7.1.1.1.1 (d) Aluminum foil per GG-P-455, Type 1, Class, Grade A. Thickness.005” +/-.0005”. Blank foil shall be exposed and processed to a black surface, anodized and sealed in accordance with GG-P-455. Foil color 27038 or 37038 (black) per FED-STD-595. Adhesive backing per MIL-DTL-19834, Type 1. Imprint Method – Photo etching Attachment Method –adhesive 7.1.1.1.2 Stainless Steel -- Corrosion resistant steel plate per MIL-DTL-15024, Type 1, Style IV corrosion resistant steel, annealed, Type 302/304/321 per ASTM A 240/A240m. Thickness.016” +/-.002”. Imprint Method -- Laser anneal or dot peen Attachment Method – screws or adhesive 7.1.1.1.3 Vinyl -- Able to withstand a variety of severe weather and handling conditions. Will not curl of split when exposed to moisture/humidity. Imprint Method – Thermal transfer Attachment Method –adhesive 7.1.1.1.4 Polyacrylic Tape – Flexible and able to be engraved and die-cut using Nd: YAG or CO lasers. Resistant to abrasion, grease, oils, and most common industrial chemicals. Temperature resistant (-50C - +200C; -58F to +392F). Imprint Method – Nd:YAG or CO2 Laser etching Attachment Method –adhesive 7.1.1.1.5 Polyester -- Polyester able to withstand temperatures up to 300F, chemical and abrasion resistant IAW MIL-STD-202F, Notice 12 Method 215 and ROHS compliant. Imprint Method – Thermal transfer Attachment Method –adhesive The adhesive shall be as used on 3M Adhesive 350 – 9485PC, or equivalent per the attached 3M specification sheet, Solicitation Attachment 5. (Attached to this synopsis modification) NOTE: The material thickness variations stated on each worksheet in Attachment 1 are to be used in place of thickness variations stated in Section C. Offerors should propose the closest commercially available products. QUESTION13: Request clarification on the requirement for vinyl labels. Does this type label include “destructible” labels, i.e., labels that are destroyed when removed from the item? ANSWER 13: Destructible tags that offer “tamper detection” characteristics are not a primary requirement for this effort but may be included as a proposed material option (see answer to question 12, above). QUESTION14: Can the AIT PMO provide a standard label quantity level for evaluation purposes? ANSWER 14: To ensure that pricing from different offerors is placed on equal footing, solicitation Sections L, M and Attachment 1 have been amended. Attachment 1 has been amended to include specific quantities, for proposal purposes only. Attachment 1 has been revised to include pricing for each different size and for each of the three delivery times, as well as for material type, material thickness, marking process, and attachment method. See amended Attachment 1, attached. Solicitation Section L, Paragraph L.3.8. is deleted in its entirety and replaced by the following. Changes are made throughout. L.3.8 Price - State the fixed unit prices and total price for a quantity of one, each, offered for IUID Data Labels. a.Fixed unit prices offered for IUID Data Labels will include: (1) the price of data labels, (2) the price of the processing and management service, (3) the price of the phone support, and (4) the price of all supporting and/or overhead costs associated with this product and its delivery (excluding actual direct shipping charges). b.A quantity of one, for each of the selected Contract Line Item Number (CLIN), shall be used as the basis for proposal price comparison. The total price offered will be the total amount when all unit-of-one prices are summed. This total price amount will be used for evaluation purposes only. The actual schedule of items and prices will be established based on the options offered in the best value solution. The contract ceiling will be set by the Government at time of award to accurately represent the total price for purchasing all data labels. c.The Government has provided a Schedule of Items / Services and Prices (see Attachment 1). Offerors shall use this schedule for submitting their list of items and prices. The configuration of this schedule represents the Government’s conception of item pricing. Phase increments have been used to allow for price changes over the life of the contract and are not fixed to any specific period of time although they generally represent one year. d.The Government recognizes that the best value solution, selected for contract award, will likely incorporate item options and prices not included in the Government’s schedule that is being used for proposal evaluation purposes. Additionally, offerors may desire to use different schedule configurations to represent or capture their individual pricing structure, considering tier pricing or pricing variations. Offerors may propose an alternate schedule configuration. The proposed alternate configuration will be considered by the Government for use in the contract but prices in the alternate schedule configuration will not be considered during the evaluation or affect the outcome of the evaluation. Only the total price, as defined above, will be used in the best value determination. Note: Delivery orders placed against this contract will be based on the fixed unit prices offered. e.State the estimated prices for shipping* based on the proposed shipping strategy. For estimating purposes, 80% of the labels shall be shipped to locations within the continental United States and 20% shall be shipped overseas. Shipping costs are included on a separate contract line item and will be reimbursed at actual cost. These prices will be used for planning and budget purposes and to establish ceiling prices in the contract but will NOT be included in the price total when performing the best value determination during proposal evaluations. *Note: The estimated price for shipping is the estimated amount that will be paid to a third party shipper or the estimated amount that the offeror will charge for self-shipping. In either case, shipping costs must be broken out separately prior to reimbursement by the Government, and will be subject to validation in accordance with the cost reimbursement provisions of the contract. If offerors propose self-shipping or to include indirect charges on direct shipping costs, the Government will require extensive validation and financial audits to insure that these indirect charges are not also included in the overheads charged on the fixed price portions of this contract. This financial oversight will not be required if only third party shippers are used and only direct costs are billed for shipping. f.Travel will be reimburse at actual cost up to the ceiling of $10,000 per contract phase increment. These ceiling prices are included in the price schedule. Travel prices will NOT be included in the price total when performing the best value determination during proposal evaluations. End of Section L change. Solicitation Paragraph M.4 is hereby deleted in its entirety and replaced with the following. Changes are made to the last sentence of the first paragraph and the entire last paragraph. M.4Step 3 - Price/Rate IUID DATA LABEL AND IUID DATA LABEL MANAGEMENT AND PROCESSING SERVICES PRICES: For evaluation purposes, the Government will use the total price offered for IUID Data Labels when making its best value determination. The total price offered for IUID Data Labels will include: (1) the price of data labels, (2) the price of the processing and management service, (3) the price of the phone support, and (4) the price of all supporting and/or overhead costs associated with this product and its delivery. The total price shall be based on the estimated quantities set forth in the Schedule of Items and Prices (solicitation Attachment 1). For evaluation purposes, the Government will NOT use (1) the estimated price of shipping*, or (2) the estimated price of travel. *Note: The estimated price for shipping is the estimated amount that will be paid to a third party shipper or the estimated amount that the offeror will charge for self-shipping. In either case, shipping costs must be broken out separately prior to reimbursement by the Government, and will be subject to validation in accordance with the cost reimbursement provisions of the contract. If offerors propose self-shipping or include indirect charges on direct shipping costs, the Government will require extensive validation and financial audits to insure that these indirect charges are not also included in the overheads charged on the fixed price portions of this contract. This financial oversight will not be required if only third party shippers are used and only direct costs are billed for shipping. In the latter case, the Government will only require copies of shipping invoices to verify reimbursement requests. The Government has provided a Schedule of Items / Services and Prices (see Attachment 1). Offerors shall use this schedule for submitting their list of items and prices. The configuration of this schedule represents the Government’s conception of item pricing. A quantity of one, for each Contract Line Item Number (CLIN), shall be used as the basis for proposal price comparison. The total price offered will be the total amount when all unit-of-one prices are summed. Only this total price amount will be used when performing the best value determination. This amount, used during the proposal evaluation, does not represent the contract ceiling. End of Section M change. QUESTION15: What type of label(s) (i.e. template material, thickness, and attachment options) will the PMO require to be delivered within 24 hrs during Phase 1 and Phase 2? ANSWER 15: The Government does not have a definitive answer to this question, and the following does not represent a firm or implied Government requirement. The Government believes that the.003" aluminum foil label (1.75"L x.75"H) with laser etching and adhesive backing AND the polyester label (1.75"L x.75"H) with thermal transfer and adhesive backing will be the two labels most in demand for the 24 hr delivery (in both Phase 1 and 2.) QUESTION16: On page L3, “(4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items.” Please confirm/clarify if proposals may offer some of the data label types but not required to offer all types. ANSWER 16: The Government has taken exception to the standard language cited in the question. The Government’s requirement is stated in Paragraph L.3.14. However, due to the need for clarification, Paragraph L.3.14 is deleted in its entirety and replaced with the following: L.3.14Partial Proposal - Paragraph (c)(4) of FAR 52.215-1 Instructions to Offerors—Competitive Acquisition, above, does not apply to this acquisition. The Government is looking for the best solution; however, the proposed solution, as a minimum, must include the materials identified in Solicitation Section C, Paragraph 7.1.1.1 – Materials. Only proposals that offer these required items will be eligible for award. ADDITIONAL SOLICITATION CHANGES The following additional changes are made to the solicitation to clarify and stress what the Government is looking for in the proposal regarding an IUID Data Label solution and to add a provision to take advantage of Item Request Quantity Discounts. 1.The Government wishes to make it clear that it is looking for the best IUID Data Label solution. This includes product options to meet a wide variety of labeling requirements. Proposals should demonstrate the capability to produce labels that meet the requirement found in MIL-STD-130N, Para. 4.3., which states, “…identification labels used shall be as permanent as the normal life expectancy of the item and be capable of withstanding the environmental tests and cleaning procedures for the item to which it is affixed.” The solicitation is clarified as follows to convey the intent of the Government. Add the following change to Section L -- Paragraph L.3.7.b - Vendor Product vs. Government Requirement-General is changed to add the following sentence -- The Government is looking for product flexibility to meet a wide variety of labeling requirements, and compliance with the intent of MIL-STD-130N. For example, this includes material, imprint, and attachment options. These should be clearly addressed in the proposal. Add the following paragraph to Section M, under the heading -- M.2 - Step 1 - Evaluation of Technical Capability— IUID DATA LABELS: The Government will evaluate the degree to which the offer is flexible in its ability to provide product options (i.e., material, imprint, attachment, etc.) to meet a wide variety of labeling requirements. 2.The Government desires to take advantage of quantity discount pricing, if it is offered. Since the Government does not know the quantities that will be requested under individual orders, there is currently no way to designate quantity discounts other than to hide them in unit prices. To provide an alternate way of evaluating quantity discounts, Section L and M of the solicitation have been revised to include the evaluation of an item request quantity discount strategy. This strategy will be evaluated as part of the technical evaluation. The changes to the solicitation are as follows: Add the following paragraph to Section L -- L.3.7.k. – Item Request Quantity Discount Strategy – At the option of the offeror, the offeror may propose an item quantity discount strategy. The discount strategy, if quantity discounts are offered, shall apply to item quantity discounts given at the time IUID Data Labels are requested through the web-based interface. The strategy should set forth the percent discount (not dollar amount) that will be offered on an individual label request based on the quantity ordered (specifying whether in total, by individual label material type, size, thickness, marking process, attachment method, delivery time, etc.). The strategy may include tiered discounting. If the discount strategy is to offer lower unit pricing (in Attachment 1), the offeror should clearly state this in the proposal. Add the following paragraph to Section M, under the heading -- M.2 - Step 1 - Evaluation of Technical Capability— QUANTITY DISCOUNT STRATEGY: The Government will evaluate each offeror’s Item Request Quantity Discount Strategy to determine the degree to which the strategy will save the Government money by making larger quantity label requests.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63b727ced028d41c9446eac2bc42010b&tab=core&_cview=1)
 
Document(s)
Modification 7
 
File Name: Revised Schedule of Items/Services and Prices (Solicitation 5TS57070224 Att 1 IUID Schedule of Items & Prices 2008-05-29.xls)
Link: https://www.fbo.gov//utils/view?id=77d5215bf0b626da35bd51ea132e42df
Bytes: 360.00 Kb
 
File Name: Adhesive Specification- or equal (3M-9485.pdf)
Link: https://www.fbo.gov//utils/view?id=b8ac79f44857f71ec48796928ab3619d
Bytes: 22.71 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Wright Pattersion AFB, Ohio
Zip Code: 45433
 
Record
SN01583608-W 20080601/080530220005-63b727ced028d41c9446eac2bc42010b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.