Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

T -- T-Photographic, mapping, printing, & publication services

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-30094-NQ
 
Response Due
8/28/2003
 
Archive Date
9/12/2003
 
Point of Contact
Cynthia Brown, Purchasing Agent, Phone (301) 496-8608, Fax (301) 402-4513, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
cb106x@nih.gov, cr214i@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The National Cancer Institute requires the following printing services and deliverables. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not issued. This solicitation, RFQ-NCI-30094-NQ, includes all applicable provisions and clauses in effect through FAR FAC 01-15. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial items. The requirement is set-aside for small business. The North American Industry Classifications Code is 323110, and the business size standard is 500 employees. All prospected offerors should have a copy of the booklet ?Standard Technical Specifications for NCI Printing Requirements? (hereafter referred to as NCI Standard Specifications) issued by DHHS/NIH/NCI. The information in this booklet provides supplemental information necessary for potential offerors to have a complete understanding of the specifications set forth below. Copies of the booklet may be requested from Cynthia Brown, at (301) 402-4509. REQUIREMENT: Title: ?Eating Hints for Cancer Patients?, PRODUCT: 64 page text plus a separate 4 page cover. BASIS FOR AWARD: Award will be made to the contractor providing the highest possible quantity for a set amount of $230,000.00. The added rate per thousand ?overs? will/could be used to either increase or decrease your firm?s bid price to reach this dollar amount. The failure to provide an added rate will render your firm?s proposal non-responsive. QUALITY: Level 2 printing and finishing attributes are required for this specification. Reference GPO Publication 310.1 for attribute requirements. Printing is the predominate production function and none shall be subcontracted. QUANTITY: 605,000 copies and the final films as required in the production of printing. TRIM SIZE: 5-7/8" x 9-1/8", saddle wire stitch binding along the 9-1/8" dimension. FURNISHED MATERIAL: 1 Mac Zipdisk consisting of Adobe art & Quark page layouts from desktop created files together with marked-up laser proofs. The contractor shall RIP films from a Hi-Res drum device only, Capstan output is not acceptable. Files contain Low-Resolution process F.P.O.?s as well as all other elements. PROOFS: Provide 2 sets of laminated halftone dot proofs, stripped to show the full press sheet imposition, including colorbar, showing guide, gripper and ruled-up for all bindery marks of each form, plus a dylux proofs, with all elements in proper position, folded and trimmed to final size. All the laminated proofs shall match the required PMS colors exactly (only DuPont Color Versatility proofs) or the contractor can, at their option, provide press proofs for evaluation. Process built digital or stochastic styled proofs are NOT acceptable. PAPER: Covers -80 lb white #1 Patina matte finish cover, target brightness of 87. (Frostbrite, Moistrite, Mountie, or an approved equal). Text -80 lb. white #1 Patina matte finish text, target brightness of 87. (Frostbrite, Mountie, Moistrite, or an approved equal). Only those papers listed above as approved #1 sheet equals will be considered. See the 35th edition (2001-?02 issue) of the Competitive Grade Finder. Both the text stock and cover stocks must be the same brand name items, and all the leaves within each book must be matching. American mill brand manufactured papers only, private label papers and or foreign manufactured papers shall not be acceptable. INKS: 4 color process, PMS 325 (Aqua), PMS 466 (Tan) and Black Ink. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Saddle stitch twice through the spine along the 9-1/8" dimension. Bleed trim three sides to a final size of 5-7/8" x 9-1/8". Alternate trim sizes will not be considered. Die cut channel score the cover fold to prevent cracking. A rotary score on the stitcher or a lithographic press score is not acceptable. Run the cover paper grain parallel to the spine. SEPARATIONS: 20 SCANS REQUIRED FROM REFLECTIVE ARTWORK. All are outline finish on colored, textured curtiss flannel stock as airbrushed rendering techniques. FORMAT: Covers 1-4, text 1-64. PRINTING: Print outside covers 1 and 4 in a solid PMS 325 with overprint type and rules in Black. Type matter also reverses to white. One large rectangular area reverses out of solid background and prints 4 color process. Type also appears in solid PMS 466. The inside covers 2-3 print in a solid bleeding all sides background color of PMS 466, cover 2 has a knockout silhouette area printing in 4 color precess, and black type matter overprinting. The text pages 1, 2-4, 7, 11, 16, 18-20, 23, 25, 28, 32, 34, 36 and 43 each print in four color process, PMS 466 and Black type matter. All the illustrations are silhouette finish. Balance of text pages print PMS 466 and Black ink line art and text only. NOTE: Heavy ink coverage is required and the contractor must take all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. ?Ghosting & ?in-line problems? shall not be acceptable. All components or signatures must be printed on a lithographic printing press capable of printing all the ink colors with one pass through the press. Do not assume that ?sheet-fed perfecting? is acceptable to the government. An on-site, (during the makeready) will use the following as the standard for acceptance on perfecting. If the government?s representative is unable to determine by examination which side is first down, then ?perfecting? is acceptable. The inspector will request 3 consecutive sheets from each press pull. Web equipment shall be heat-set lithographic only. COATING: Overall aqueous coat, satin finish, outside cover pages 1 and 4 only. A ?dry-trapped? overall dull varnish may be substituted at the contractor?s option. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the camera copy is an integral part of these specifications. No additional payment will be allowed due the contractor?s failure to examine the copy and thoroughly understand the nature and extent of the work to be performed. PRESS SHEET INSPECTION: Press sheets shall be inspected at the contractor?s printing facility for quality conformance. Each press sheet form must contain one color bar, at least 3/16" in width, for each ink color placed parallel to the ink rollers. Color control bars ( such as, BRUNNER, GATF or GRETAG) must contain star targets, trapping, tint and dot gain patches, process built grays, if applicable, and extend the full width of the press sheet. Ink densities shall be constant across the full width of the sheet with no deviations to exceed plus or minus ? of one percent. Light and heavy inking is not allowed. The contractor shall provide the correct viewing conditions for all press sheet inspections including 5000 degree kelvin light sources housed in a completely enclosed neutral gray booth and functional densitometers. PREAWARD SURVEY: In order to determine the responsibility of the prime contractor, the government reserves the right to conduct a preaward survey, or to require samples to QATAP evaluate, or other evidence of technical, managerial financial and similar abilities to perform, prior to the award of a contract. PACKING: Plastic strap in units of twenty copies only, shrink wraps or paper banding is NOT acceptable. Turn the items as required to make a neat stack. Pack in new 275 pound test corrugated containers filled to the top, 120 copies per carton. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 48 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations allowed. Label or stencil on one of the carton ends. RETURN MATERIALS: Return all camera copy or furnished materials as received plus two file copy printed samples. Inventory the NCI final film negatives, create a digital deliverable (Macintosh compatible CD-Rom disk of the high-res files) and furnish copies of all the signed receipts in one package to Paul LaMasters, NCI Printing Officer, Office of Communications, Building 31, Room 10A28, 9000 Rockville Pike, Bethesda, Maryland 20892. NEGATIVES: The contractor shall inventory all the final negatives within their facilities until called for return by the government. Ownership of these films shall remain the government?s property. Industry trade customs shall not apply to film, flats, proofs or press room color oks. Pack films to protect emulsion layers and furnish each film set with the associated top sheet containing wet ink density readings, or your press oks for future color match. Films shall be ready for subsequent reprints without additional effort beyond exposures. It digital direct-to-plate technologies were used, the contractor shall also be required to furnish films as a deliverable item upon request. Label: 03-NCI-PC-117, (composed negatives & oks for storage) ?Eating Hints?. SHIPPING: 10 advanced sample copies to: National Cancer Institute, Attn: Printing (301) 402-2624), Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, Maryland 20892 (NOTE) These samples must be received before other locations; Ship 15 ?file copies? to: Library of Congress, Madison Bldg., (Exchange & Gift Division) Federal Documents Section, C Street, North East, (between 1st & N Streets), Washington, DC 20540); Ship 2 ?NCI file copies? to? National Tech. Info. Service, Office of Business Development, Attn: Sue Feindt, 730-605-6244, 5285 Port Royal Road, Springfield, VA 22151; Ship 5 (NCI) C & I Copies to: NIH, 301 N. Stonestreet Avenue, Rm. #113, Attn: Lisa Harper, Rockville, Maryland 20892; Ship 2 ?depository copies? to: The U.S. GOP, Stop: SSLA, Depository Receiving Section, Jackson Alley, Room #A-150, Washington, D.C. 20401, Label cartons item #507-G-02; Ship 2 ?NCI file copies? to: Attn: Mr. Jan Ehrman, NIH, 9000 Rockville Pike, Building 31, Room 2-B-03, Bethesda, Maryland 20892, (301) 496-4143; Ship the balance of ?bulk copies? to: Aspen Systems, Attn: Lou Young, 1000 Haverhill Road, Baltimore, Maryland 21229, (410) 644-7742. PROOFS: Proofs will be withheld 3 working days from the time they are received until they are returned. Label the proof package with the NIC PC number and product title. Return the materials in the proper order as originally provided by the government. PRESS SHEET INSPECTION: Requires 5 days notice. Notify the NCI Office of Communications (301) 402-2624 of the day and time press sheets will be available for inspection. SCHEDULE: display of materials at NCI, OC, Building 31, Room 10-A-28, 9000 Rockville Pie, Bethesda, MD 20892 on 08/22/2003. Request for quotations are due 08/28/2003 at 1:30 P.M. EDT. Assuming an award date of 08/31/2003, material shall be picked up on 09/02/2003, 10,000 copies shall be due on 10/14/2003, balance of copies are due on 10/28//2003. All furnished materials, sample copies and receipts shall be returned on11/04/2003. NOTE: Please be aware that without the return of all the furnished items, complete as specified within these printing specifications, payment will/can be withheld. The package shall include copies of all shipment documents with signatures by the receiver and two sample file copies. The contractor shall initiate contact with our warehouse, if the inventory control number and bar code artwork are not furnished, prior to labeling any cartons or the press run. Typically, this number & bar code are also listed on the lower right hand position of the laser proofs. If the number is provided use it on the cartons. Receiving hours are 6:30 A.M.3:30 P.M, Monday - Friday, except federal holidays. Call for delivery appointment prior to any bulk shipments. Label each carton on one end with 03-NCI-PC-117, (qty per package strap/qty per carton) Eating Hints, Inventory No. P-118. Plastic strap band every skid twice in both directions over corrugated edge protectors using GPO pallets only, 48" x 40" (4-way). Cover the pallet-skids with plastic stretch wrapping after plastic strap banding and edge protectors. Affix a packing list for deliveries to the last pallets loaded on the truck, facing the dock. All skids shall be four-sided entry and the weight must not exceed 2,000 pounds, do not side load or double stack on the truck trailers. Stack skids not to exceed 50" form the floor to top. The cartons shall only be new 44 lbs. edge crush test, or 275 lb bursting strength and specifically made to contain the print products as specified, in ?PACKING?. PROVISION AND CLAUSES: The following FAR provisions and clauses apply to this acquisition; FAR 52.212-4, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITION; FAR 52.213-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- WITH DUNS NUMBER ADDENDUM, FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES, OR EXECUTIVE ORDERS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITION. The following FAR clauses cited in paragraph (b) of the clauses at FAR 52.212-5 are also applicable to this acquisition; FAR 52.222-26; EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF VIETNAM ERA; FAR 52.225-3, BUY AMERICAN ACT SUPPLIES; AND 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTING REGISTRATION. Full text copies of the representations and certifications of other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Cynthia Brown, Purchasing Agent, (301) 402-4509. OFFERS: Offers must be submitted on an SF-18 or SF-1449 with a completed ?Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum?, signed by an authorized representative of the offeror. Offers/Quotations must be received in this office by 1:30 P.M. (Washington, D.C. local time on 08/28/2003. Please refer to solicitation number RFQ-NCI-30094-NQ.
 
Record
SN00385711-W 20030731/030729213431 (fbodaily.com)
 
Source
FedBizOpps.gov 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.