Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2023 SAM #7936
SOURCES SOUGHT

99 -- PRODUCTION OF THREE (3) SERIES OF MAPS AND CHARTS: TOPOGRAPHIC PRODUCT LINES, HYDROGRAPHIC PRODUCT LINES, AND AERONAUTICAL PRODUCT LINES. EACH SERIES CONTAINS VARIOUS MAPS AND CHARTS PRINTING IN MULTIPLE INKS, INCLUDING FOUR-COLOR PROCESS PLUS ADDITIONAL

Notice Date
8/18/2023 12:47:03 PM
 
Notice Type
Sources Sought
 
Contracting Office
Customer Services Washington DC 20401 USA
 
ZIP Code
20401
 
Solicitation Number
RFI-081823
 
Response Due
8/21/2023 9:00:00 AM
 
Archive Date
09/05/2023
 
Point of Contact
Linda Giacomo, Phone: 2025120307, Antonio Mozie, Phone: 2026795919
 
E-Mail Address
lgiacomo@gpo.gov, amozie@gpo.gov
(lgiacomo@gpo.gov, amozie@gpo.gov)
 
Description
The synopsis provided is for informational and planning purposes only and should not be construed as a formal solicitation or as an obligation or commitment by the Government to reply to the information received, to later publish a solicitation, or to award a contract based on this information. Purpose: The U.S. Government Publishing Office (GPO) intends to gather information from vendors and organizations with experience in Large Map and Chart Printing. Responses are sought from interested and responsible vendors for the purpose of developing requirements for the future production of DLA Aviation Maps and Charts.� The Government is seeking vendors with capability to perform the production of products in various quantities and in a timely fashion to achieve the following desired objectives: Ensure fair and open competition. Identify the conditions that would allow the government to have a contingency production site in place (in a separate location) to ensure continuous product availability in the event of a disaster. Ensure timely production when surges for increased quantities during crisis/emergency situations occur that are over and above the total production capacity of the primary contractor. GPO seeks information in the form of clear and definitive written documentation describing the vendor�s capabilities to meet mandatory requirements and detailed suggestions for offset printing using conventional or stochastic screening production process. Digital and inkjet printing is NOT permitted. Responses should address each of the specific requirements in sufficient detail to enable GPO to determine current market capabilities, including strengths and limitations.� Background: The current GPO contract (Attachment A) provides details about current DLA Aviation Maps and Charts requirements including descriptions of specific color requirements as well as a description of Surge/Crisis Support procedures. All of the specified requirements with exception of the minimum mandatory requirements identified in this RFI are subject to evaluation of suggested revisions and possible adoption of changes that would help the Government meet stated objectives. The ability to support map production in a crisis situation is necessary to meet the needs of DLA. Minimum Mandatory Requirements: All products must be printed via conventional offset printing using conventional or stochastic screening production process. Digital or inkjet printing are NOT permitted. Must be able to replicate the color requirements that are included in the 289-S contract (Attachment A). Specifically, the details included in �Exhibit A�. Folding: When required, the actual folded size of each map/chart will be based on the trim/fold of the sample furnished with the order. For each fold, the map/chart�s NGA Reference Number (NRN) and bar code will be visible on the face panel and the map/chart title and/or number will be visible on the back panel after folding. Folding must not result in cracking or loosing detail in the printed image. Ability to produce the product when an accelerated schedule is required due to Surge/Crisis order as defined in the 289-S contract (Attachment A). Response Requirements: For the purpose of this RFI, vendors that have the capability to meet the minimum mandatory requirements are invited to submit complete details describing how they would address the notice requirements.� After demonstrating specifically how the minimum mandatory needs can be achieved, vendors are encouraged to further examine all of the requirements within the current contract specification (Attachment A).� Vendors are asked to identify any requirements that describe exceptions to their capability or which are considered to be a deviation from standard industry practices which cannot be accommodated, or identify the costs associated with any requirements that are considered to be extraordinary or difficult to meet. Please describe any suggestion that could yield a cost or time savings or improvement through the Government�s acceptance of an alternate job component, production method, or other change in the non-mandatory elements contained in the previous contract.� Proposed alternatives should be supported by identifying the relative cost or time of producing the product as specified in comparison to the cost or time of producing the product using the suggested alternative.� Provide a narrative including responses to the following questions regarding production of the maps and charts for this contract based on equipment, staffing and capacity of your company. What is the overall daily production for the equipment you would use to produce the maps and charts? What equipment and staff will be used for daily production versus surge production? Provide make, model and maximum sheet size for equipment. How would you meet the contract schedule for the varying order frequencies and quantities? What production shifts will be in place to meet the contract demands? Provide resources for bulk deliveries and mailing distribution. What additional resources or support will be applied for the surge orders? Do you have a failover plan in place to support the unexpected incapacitation of your main facility? Provide a contingency plan of action that supports the Government�s timely receipt of product to avoid a stop gap. What resources will be required by the Government to provide a contingency plan? Would you bid on a solicitation for a backup contingency contract and have the ability to maintain readiness to perform in the event that the awarded contractor becomes incapacitated? What associated costs would be required to achieve and then to maintain this readiness? Do you have an alternative solution that would offset the cost of a readiness contract?� Provide details. What does the Government need to provide to make it possible for your company to perform a contract to be used solely during surges or disasters? After initially gearing up and gaining approval for production on the contract, what time frame would be required to start up production immediately after a disaster occurs? General marketing information or incomplete responses may not be considered.� Reference to vendor websites where research could be conducted independently by the Government without explanation by the vendor is not considered to be a desired response. The information obtained may be utilized in the preparation of a contract solicitation provided the Government finds it in its best interest.� Proprietary information, if any, should be kept to a minimum in the response and MUST be clearly marked.� All submissions become the Government�s property and will not be returned.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Submission Instructions: Written response should be concise and is limited to 25 pages or less and identify the company�s point of contact.� Response must be sent electronically via e-mail to: lgiacomo@gpo.gov or amozie@gpo.gov. The subject line of the email should contain the RFI number (RFI-081823).� No telephone, mail, or fax responses will be accepted. Response must be received by 12:00 PM EDT on September 5, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/24bb14921e5f4d6b8f6e2ec503ec0e91/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06797899-F 20230820/230818230100 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.