Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
SOURCES SOUGHT

99 -- ID Document Production Systems

Notice Date
6/5/2006
 
Notice Type
Sources Sought
 
NAICS
323119 — Other Commercial Printing
 
Contracting Office
Department of Homeland Security, Bureau of Citizenship, Burlington Administrative Center, 70 Kimball Avenue, Burlington, VT, 05403
 
ZIP Code
05403
 
Solicitation Number
HSSCCG-06-I-00002
 
Response Due
6/16/2006
 
Archive Date
7/1/2006
 
Description
Description The United States Citizenship and Immigration Service's (USCIS) Integrated Document Production (IDP) Program Office, Washington, DC is seeking sources for a new identification card personalization (printings, encoding, etc.) system suite to produce Permanent Resident cards, Laser Visa/Border Crossing cards, and Employment Authorization Document cards, as well as cards driven by new initiatives. This effort would include equipment, systems integration, related software and contractor logistics support over the life cycle of the system suite. The USCIS IDP Program Office is interested in a system suite that meets the following requirements: 1. Printing on polycarbonate ISO 7810 ID-1 (CR-80) and PVC ISO ID-1 (CR-80) and CR-100 size cards. The systems should also be capable of applying holograms and plastic laminate patches. The overall system should be capable of a volume of between 4 and 11 million polycarbonate cards per year, and 1.6 million PVC cards per year. 2. Printing capability may initially be via dye sublimation, however, vendors sought should be capable of both laser etching and reverse transfer technologies. 3. Based on the requirements identified in Item #1, the system should be scalable to handle growing volume requirements and flexible in order to allow for the addition of new or different printing technologies as they are required or as they become available. The overall system architecture should be capable of controlling different machines in the system suite. 4. The overall system architecture should be designed such that an individual card, with its own unique bard code serial number, can be read into the system, matched to a local networked data base record, and processed and tracked throughout the personalization process based on that serial number/database record matching. The system should allow card orders to be processed, tracked and have quality assurance checks performed throughout the personalization process based on a match of the unique card 1-D barcode serial number against the matching database record. 5. The system suite should be able to encode cards that have either magnetic stripes, smart card chips (FIPS-201 compliant) or optical stripes (Drexler standard). 6. The system should include a function to automatically and autonomously check the processed card for correct biometric and biographic data, when compared to the original database record. 7. The system should include an automatic mailing function which would take finished cards, and insert them with an associated mailing insert into envelopes ready for mailing. 8. The system should be capable of being operated in a standard clean room environment. Any available maintenance information should also be included. Any data on mean time between failures and mean time to repair should be included if available. 9. Interested Offerors should include price information for lease, purchase, or lease to purchase pricing. Offerors should include systems integration costs including related software costs in addition to the cost of printing Interested firms should include information concerning leasing or lease-to-buy arrangements if they are available. Additionally information on contractor logistics support options should also be included. Interested firms shall respond with brief documentation showing the company?s ability to fulfill the requirements described above. Responses to this announcement should include a technical description and detailed characteristics of the systems offered. Responses should also address system safety, system operations under applicable safety and environmental standards, and any unique destruction considerations for all consumables used in the personalization process. Information submitted shall be marked with restrictive legends as deemed appropriate by the potential Offeror. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. All information submitted in response to this announcement must arrive on or before the closing date. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the Federal Business Opportunities (FBO) website.
 
Place of Performance
Address: 20 Mass Ave N.W., Washington DC
Zip Code: 20539
 
Record
SN01062417-W 20060607/060605220302 (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.