SOURCES SOUGHT
36 -- Note Inspection Finishing System - Note Inspection Finishing System - SOW - DRAFT
- Notice Date
- 12/1/2017
- Notice Type
- Sources Sought
- NAICS
- 333244
— Printing Machinery and Equipment Manufacturing
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
- ZIP Code
- 20228
- Solicitation Number
- 2031ZA18N00013
- Archive Date
- 1/3/2018
- Point of Contact
- Millie Cortes, Phone: 2028740494, Gladys M. Wilks,
- E-Mail Address
-
milagros.cortes@bep.gov, gladys.wilks@bep.gov
(milagros.cortes@bep.gov, gladys.wilks@bep.gov)
- Small Business Set-Aside
- N/A
- Description
- Note Inspection Finishing System - DRAFT - Statement of Work (SOW) The Bureau of Engraving and Printing (BEP) is seeking sources for the design, fabrication, assembly, integration, delivery, installation, set-up, testing, commissioning and training of one (1) Note Inspection Finishing System (NIFS) that will convert previously printed sheets into finished currency. Please see attached DRAFT Statement of Work for full details. Further, the Government is seeking information on the following: 1.Other Customers: Please provide previous customer who have provided equipment and services similar in nature. The BEP may contact your previous customers to discuss system performance and capabilities. 2.Past Performance: How many systems have you provided? 3.Scheduling: What is the estimated delivery schedule for the system? 4.Budgetary Costing Information: Can you provide a budgetary cost range for the system as specified or for components/modules that you have previously provided? 5.Product Tracking: Have you previously incorporated a product tracking system into a note inspection system, if so what was the reliability of the system? 6.Inspection System: Do you offer additional inspection capabilities beyond RGB and near-IR, if so what capabilities are typically offered with your system? 7.Additional Sensors: Besides the positions of sensors mentioned in the draft SOW, what additional sensors may be incorporated into your system? 8.Data Collection: Have you previously provided an integrated data collection system with your equipment; what data was captured? 9.Trending and Report: Have you previously provided trending and/or reports from the inspection system for manufacturing process control? 10.System Performance: What is the anticipated performance metrics for your system? 11.System Reliability: Are the Mean-Time-Between-Failure (MTBF) and Mean-Time-To-Repair (MTTR) requirements in the SOW realistic? If yes, why? 12.Setup Times: Are the set times requested in the SOW realistic? If yes, why? 13.System Area: What is the anticipated space requirement for the system? Could the system fit within the space identified by the BEP? 14.System Life: What is the anticipated life of your system? What is the life expectancy of the inspection machinery? Do you offer upgrades and/or replacements of inspection machinery? 15.SOW Review: Please provide a review and comment on the draft SOW. Are there areas in the Statement of Work that are too ambiguous, unrealistic, and/or restrictive? Please provide any feedback. This notice is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotations. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. Interesting party of any size can submit a capability statement that details their corporate capabilities and experience in performing similar tasks as outlined below: Interested parties shall provide, within their capability statement detailed, relevant and recent experience. Interested parties shall provide the following information in their response: 1.Company name, address, phone number, primary contact(s), email address, ALL applicable NAICS code(s), business size (i.e., small/large), company's socioeconomics (i.e., woman-owned, HUBZone, Service Disabled Veteran Owned, etc.) and DUNS Number. 2.A detailed Capability Statement. 3.Product information and specification to include country where the product is manufactured. 4.Typical delivery schedule for the equipment. 5.Place of origin/manufacture of the product(s). Responses shall be provided via e-mailed to milagros.cortes@bep.gov and gladys.wilks@bep.gov. Telephone responses will NOT be accepted. Responses must be received no later than Tuesday, 19 December 2017 - 12:00 p.m. EST. No solicitation is available at this time. This request shall be used for market research purposes only. AT THIS TIME NO SOLICITATION EXISTS. (PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION). IF A SOLICITATION IS ISSUED FOR THIS REQUIREMENT, A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION IS RELEASED. This notice does not obligate the Government to award a contract or otherwise pay for the information provided through responses. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0e76075757fade756e4b56ebed2d7499)
- Place of Performance
- Address: 14th and C Streets, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN04754162-W 20171203/171201230901-0e76075757fade756e4b56ebed2d7499 (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 |