SOURCES SOUGHT
70 -- SSA IBM 3900 Advanced Function Presentation Printer Replacement
- Notice Date
- 6/24/2013
- Notice Type
- Sources Sought
- NAICS
- 333244
— Printing Machinery and Equipment Manufacturing
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
- ZIP Code
- 21244
- Solicitation Number
- SSA-RFI-13-AFPPR
- Archive Date
- 7/18/2013
- Point of Contact
- Christopher D Mettee, Phone: 410-965-9486
- E-Mail Address
-
christopher.mettee@ssa.gov
(christopher.mettee@ssa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Social Security Administration (SSA), Office of Acquisition and Grants (OAG), in conjunction with its customer, the Office of Telecommunications and Systems Operations (OTSO), is conducting market research to seek information on printer makes and models for the replacement of current IBM 3900 Advanced Function Presentation printers, Model 0W1. While the agency could combine the workload of agency-owned IBM 3900 printers into a single machine, the agency requires printing redundancy in case one printer fails. Should a printer be out-of-service for an extended period, a co-located backup printer must be available to process the print workload. The agency's mandatory requirements for these printers are as follows: 1.0 The Contractor shall provide monochrome printers that include an associated roll feed paper unwinding unit for pre-processing a paper roll size of 5'H X 18"W, and for post-processing an associated conveyer system/job separator. This pre- and post-processing equipment can be of a different manufacturer developed for use with the printer supplied. However, the Contractor shall maintain the printer and pre/post-processing equipment based upon the warranty specifications at Section 2.0 below. The combined length of the pre-processor, printer, and post-processor must fit within the constraints of the exiting room, which measures 50' W by 60' L. 2.0 The Contractor shall warrant all equipment free from defects for five (5) years from date of acceptance. The agency will report any warranty issues during its normal business hours, from 6:00 a.m. to 2:30 p.m. The Contractor shall return equipment to service within three (3) business days after the agency reports the warranty issue. The agency will accept equipment after the Contractor delivers, installs, and demonstrates equipment functionality using agency-provided print media. 3.0 The Contractor shall provide printers that work with the agency's electrical power without substantial modification. 4.0 The Contractor shall provide printers that meet the following paper handling requirements: 4.1 Paper Input 4.1.1 Form Sizes • Width: Up to 18" • Length: Up to 11" • Length fold to fold: Up to 11" for stacking purposes 4.1.2 Form Type • One part continuous form roll feed • Plain white, recycled perforated paper stock • Rolls have at least 30% post-consumer fiber content and 30% recovered fiber content, and consist of at least 80% chemically pulped wood, free from any contaminants that may have been added to the paper in its previous application. • Rolls are spliceless and wound in the same direction on 6-inch cores. • Paper weight: 20# book/50# offset. • Specific volume: 0.079-0.089 inch (1.3-1.45 cm). • Smoothness: 115-265 cm X 10 = Sheffield Units TAPPI Test Methods #T 538 om-88. • Opacity: >60% - TAPPI Test Methods #T 519 om-86. • Moisture content: Equilibrium Relative Humidity 45_7%7. • Dimensional Stability: Longitudinal <0.06% Transversal <0.14%. • Electrical Properties: Electrical Surface Resistance: 18-10 Ohms; Electrical Volume Resistance: <10 Ohms Keithley Electrode. 4.2 Paper Output • Capacity: At least 12" at 20# book/50# offset • Roll (unlimited) • Duty Cycle: 6.5 million images per month 4.3 Post-Print Handling • Automatic Stack; • Folder; • Cutter; and • Job Separator 4.4 Post-Print Attachments • Standard Additional Device Interface (ADI); or • Intelligent Post-Processing Interface (IPPI) for online attachment to post-process equipment 4.5 Maximum Printable Area • Pinfed Paper: 17" • Pinless Paper: 18" 5.0 The Contractor shall provide equipment that operates seamless with the agency's Advanced Function Presentation (AFP) printing processes. AFP is a commercial standard printing process. The new equipment shall be Advanced Function Printing compliant and possess at least 256 MB of Control Unit Processor memory. 6.0 The Contractor shall provide printers compatible with the current operating environment used at the agency. The agency's operating environment is IBM's Print Services Facility (PSF) under the IBM z/OS operating system. 7.0 The Contractor shall provide printers that print using AFP and Intelligent Printer Data Streams (IPDS). 8.0 The Contractor shall provide printers that have a print resolution of at least 300 dots per inch (DPI). 9.0 The Contractor shall provide printers that print at speeds of at least 229 pages per minute in single up simplex mode. 10.0 The Contractor shall provide printers that attach via cabled Ethernet connection using the Transmission Control Protocol/Internet Protocol (TCP/IP) for communications with the agency's network. 11.0 The Contractor shall provide printers that meet the following data security features: • Ensure the controlling computer will not retrieve any data after sending it to the printer. • Ensure after printing the last page, the printer will not print any data that remains in the page buffer. • Ensure the printer removes images that remain on the photoconductor or image transfer area. • Ensure the control unit accepts commands from the controlling computer system to erase all residual print data and fonts from its storage. 12.0 The Contractor shall provide equipment that is compliant with Section 508 Electronic and Information Technology (EIT) Accessibility Standards. We request information from businesses that believe they have a bona-fide capability to meet the agency's printing requirements. Specifically, interested firms should submit the following information: 1) General Information: Include the company name, address, point of contact name, point of contact number, DUNS Number, business size status. 2) Capabilities: In ten pages or less, identify the proposed solution to meet the agency's requirements, including how the proposed solution would meet or exceed the requirements. 3) Documentation Comments: Provide any comments or suggestions to the current requirements. Identify any areas that appear ambiguous or otherwise unclear, or could be met with an alternate approach. 4) Availability of Services through Existing Contracts: Identify availability of supplies and services through existing contracts, such as GSA Advantage or NASA SEWP IV. Interested sources that believe they have the bona fide capability to perform these supplies and services should submit a detailed statement of their solution, in writing, to Christopher Mettee, Contracting Officer, Division of Information Technology Support Services, 7111 Security Boulevard, First Floor Rear Entrance, Baltimore, MD 21244. In addition, SSA will accept responses submitted electronically via email at Christopher.Mettee@ssa.gov. Facsimile responses are not acceptable. Please reference SSA-RFI-13-AFPPR in the email subject line. SSA must receive all responses by 2:00 p.m. Eastern Time on July 3, 2013. Synopsis Terms and Conditions: • This is a sources sought announcement, a market survey for written information only. • This is not a solicitation announcement for proposals and the Government will not award a contract from this announcement. • The Government will not reimburse for any costs associated with providing information in response to this announcement or any follow-up information requests. • The Government will not accept any telephone calls, or requests for a bid package or solicitation. There is no bid package or solicitation. • In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement; the Government will not give information regarding the technical point of contact. • The Government will not make appointments for presentations. This synopsis is for planning purposes only, not a commitment by the Government. • The Government will use responses to this sources sought/market research notice to make appropriate acquisition decisions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-13-AFPPR/listing.html)
- Place of Performance
- Address: SSA Headquarters, Baltimore, Maryland, 21235, United States
- Zip Code: 21235
- Record
- SN03097299-W 20130626/130624234028-a54415ec03a115c9703e5936a1d18547 (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 |