Washington, DC Bids > Bid Detail

PRODUCTION OF PAPER SSA THIRD PARTY CHECKS CONSISTING OF COMPOSITION, PRINTING MICR NUMBERING, CONSTRUCTION, PACKING AND DISTRIBUTION.

Agency:
Level of Government: Federal
Category:
  • 76 - Books, Maps, and Other Publications
Opps ID: NBD00159470631599324
Posted Date: Dec 6, 2023
Due Date: Dec 21, 2023
Source: https://sam.gov/opp/e7fa0dfa6c...
Follow
PRODUCTION OF PAPER SSA THIRD PARTY CHECKS CONSISTING OF COMPOSITION, PRINTING MICR NUMBERING, CONSTRUCTION, PACKING AND DISTRIBUTION.
Active
Contract Opportunity
Notice ID
RFI-1381223
Related Notice
Department/Ind. Agency
UNITED STATES GOVERNMENT PUBLISHING OFFICE
Sub-tier
UNITED STATES GOVERNMENT PUBLISHING OFFICE
Office
Customer Services
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 06, 2023 04:13 pm EST
  • Original Response Date: Dec 21, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7690 - MISCELLANEOUS PRINTED MATTER
  • NAICS Code:
    • 323 - Printing and Related Support Activities
  • Place of Performance:
    Washington , DC
    USA
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 third party government check production. Responses are sought from interested and responsible vendors for the purpose of developing requirements for the future production of printed SSA Third Party Checks.





The Government is seeking information on the availability of white safety check paper for laser printers from paper manufacturers that meet the contract paper specifications, to include desired objectives:






  1. Maintain security characteristics of the product.

  2. Ensure continuous product availability.





GPO seeks information in the form of clear and definitive written documentation describing the vendor’s capabilities to obtain the third-party check paper identified in the GPO contract and detailed suggestions for alternative available manufactured paper that meets the outlined characteristics. 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 third-party check requirements including descriptions of printing, construction and packing. Specific attention is called to the Check Security Features and Stock/Paper sections of the contract for evaluation of suggested manufactured paper that would help the Government meet stated objectives.





Efforts to maintain the production of third-party checks with the secure characteristics are necessary to meet SSA needs. The production of third-party checks will continue to be a statutory requirement. Quantities are expected to remain steady, within the estimated basis of award, for the next 5-year contract period.





Minimum Mandatory Requirements:






  1. Identified security features.

  2. Identified paper characteristics.

  3. Must be currently manufactured and available for up to 5-year period.

  4. Ability to provide a minimum of 50 unprinted stock samples for testing.





Response Requirements:





For this RFI, vendors that have the capability to meet the minimum mandatory requirements are invited to submit complete details describing how they would acquire the required stock.





After demonstrating specifically how the minimum mandatory needs can be achieved, vendors are encouraged to further examine all the requirements within the current contract specification (Attachment A). Vendors are asked to identify any requirements that describe exceptions to the security features and characteristics, or which are a deviation from standard industry practices. Please describe any suggestion that could yield a cost saving or improvement through the Government’s acceptance of an alternate stock or other change in the non-mandatory elements contained in the previous contract.





Proposed alternatives should be supported by identifying the relative cost of acquiring stock with secure features and characteristics specified in comparison to the cost of acquiring the stock with suggested alternative characteristics, evaluated per 1000 checks.





Provide a narrative including responses to the following questions regarding acquisition of required stock.






  • Where is the stock manufactured?

  • Is this a standard manufactured product?





Provide a minimum of 50 unprinted sample stock sheets for evaluation and testing by GPO Quality Control for Print Products.





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 are limited to 25 pages or less and identify the company’s point of contact.





Response must be sent electronically via e-mail to dlove@gpo.gov. The subject line of the email should contain the RFI number RFI-1381223. No telephone, mail, or fax responses will be accepted. Response must be received by 12:00 PM EDT on December 21, 2023.





Samples of stock must be sent to:





U.S. Government Publishing Office



Publishing Support Services, QCPP



Attn: John Carey, Stop CSPS, Room C848



Program 138s Stock Sample



732 North Capitol Street, NW



Washington, DC 20401


Attachments/Links
Contact Information
Contracting Office Address
  • 732 N. Capitol Street NW
  • Washington , DC 20401
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 06, 2023 04:13 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >