SOLICITATION NOTICE
T -- T-Find Ways to Preent (SPN & ENG Versioins)
- Notice Date
- 6/17/2004
- Notice Type
- Solicitation Notice
- NAICS
- 323110
— Commercial Lithographic Printing
- 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
- Reference-Number-RFQ-NCI-40081-NQ
- Response Due
- 7/16/2004
- Archive Date
- 7/31/2004
- Point of Contact
- Cynthia Brown, Purchasing Agent, Phone (301) 496-8608, Fax (301) 402-4513, - Renita Smith, Contract Specialist, Phone 301-496-8612, Fax 301-480-0241,
- E-Mail Address
-
cb106x@nih.gov, rs442i@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 wit 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 be issued. This solicitation, RFQ-NCI-40081-NQ, includes all applicable provisions and clauses in effect through FAR FAC 01-22. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified acquisition 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: Find Ways to Prevent booklets (ENG & SPN). PRODUCT: Two 12 page self cover booklets (ENG 70M, and SPN 35M copies). BASIS FOR AWARD: Award will be made to the contractor providing the highest possible quantity for a set amount of $100,000. 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 1 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: 105M total copies & the final films as required in the production of printing. TRIM SIZE: 5-3/8" x 8-3/8" saddle wire stitch binding along the 8-3/8" dimension. FURNISHED MATERIALS: A Mac compatible CD-Rom disk together with a set of color laser proofs for each version, as a guide to production. Quarkxpress & Illustrator applications are used for desktop with Photoshop RGB Tiffs for 8 illustrations/ea. PROOFS: Provide two sets of laminated digital 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 digital color dylux-styled proof, with all elements in proper position, folded and trimmed to final size. All the laminated proofs shall match the required PMS colors closely, or the contractor can, at their option, provide press proofs for evaluation. NCI shall keep one complete proof set. PAPER: Text -100 lb. White #1 dull coated recycled text, target brightness of 90. (Lustro dull or Vintage velvet finished text papers are acceptable). Only those papers listed above as approved #1 recycled sheet equals will be considered. See the 37th edition (2003-?04 issue) of the Competitive Grade Finder. Both the text and cover stocks, when required, 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: PMS 123 (gold), PMS 2627 (purple) and four color process inks. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Saddle wire stitching bind twice through the spine along the 8-3/8 inch dimension. Trim 3 sides after stitching to a final size after binding of 5-3/8" x 8-3/8". No other alternate trim sizes shall be acceptable. Diecut channel score all the folds to prevent cracking, (a rotary score on the stitcher or a litho press score is not acceptable). Keep lots separate and plastic strap in units of 20 copies only, shrink wraps or paper banding is not allowed. SEPARATIONS: None required. FORMAT: Each publication is composed of text pages are numbered from 1-12. PRINTING: Page 1 on each booklet prints using all 6 listed ink colors, as a bleeding 3 sides solid of PMS 2627 Purple with areas knocked-out and trapping a solid PMS 123 thick rule. Type matter is also reversed to white with one process illustration present approximately 5 inches square. Both page 12 files are printed in PMS 2627 purple type matter with logos and bar-codes reproducing as solid Black ink. All other text pages are at least two ink colors, PMS 2627 and Black as type matter and rules. Seven additional process illustrations are scattered throughout the balance of pages with one picture per page. No common copy or illustrations are presented between the two publications. NOTE: The furnished electronic files do not contain varnish masks traps and the contractor shall crate these items as part of their production. Heavy coverage is required and the contractor must take all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. Each press form must be printed on a lithographic printing press capable of printing all the required ink colors with one pass through the press together with the complete color bar as specified on page 3 of this document. Web run production equipment if used, shall be heat-set only. Ghosting & ?in-line problems? shall not be acceptable. COATING: Overall aqueous coat, satin finish, on pages 1 and 12 only. 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 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: Pack each language version separately in new 44 pound edge crush test corrugated boxes filled to the top with 800 copies each. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 50 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations allowed. Label or stencil on 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 in printer spreads (only 2 page films for book-work) and furnish copies of all the signed receipts in one package to NCI Printing Officer, Officer of Communications, Building 31, room 10-A-28, 9000 Rockville Pike, Bethesda, Maryland 20892. NEGATIVES: Compose negatives as RRED final films in two page printer?s spreads only, allowing a minimum of ?" working margins on all sides, using .007 film, (.004 film is allowed if computer electronic files were provided by the NCI). Pin hole registration punching of the final films is required and composed, not stripped, registration marks on all sides. The contractor shall inventory all the final negatives within their facilities until called for return by the government. Ownership of these furnished films shall remain the government?s property. Industry trade custom shall not apply to film, flats, proofs or 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. If digital direct-to-plate technologies were used, the contractor shall also be required to furnish films as a deliverable item upon request. Label: 04-NCI-PC-066, composed negatives & oks for storage, Find Ways to Prevent booklets (ENG & SPN). SHIPPING: 10 advanced sample sets to: NCI Printing (301-402-2624) Building 31, Room 10a-28, 9000 Rockville Pike, Bethesda, Maryland 20892. The ?advanced sample sets? must be received before any other location deliveries.; Ship 15 ?file sets? 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 ?Depository sets? to: the U.S. GPO, Stop: SSLA Depository Receiving Section, 44 ?H? Streets N.W. loading dock, Washington, D.C. 20401, Label cartons item #507-G-02; Ship 10 ?client sets? to: National Cancer Institute, Attn: Ms. Sheila Wilcox, 6116 Executive Blvd, Room 202, Rockville, MD 20852, (301) 594-7949); ship 2 ?NCI file sets? to: National Tech, Info Service, Office of Business Developm?t, Attn: Sue Feindt 703-605-6244, 5285 Port Royal Road, Springfield, VA 22151; Ship 2 ?NCI file sets? to: Attn: Mr. Jan Ehrman @ NIH, 9000 Rockville Pike, Building 31, rm. 5-B-52, Bethesda, Maryland 20892, 301-496-4143; Ship 10 ?client sets? to: National Cancer Institute, Attn: Ms. Sheila Wilcox, 6116 Executive Blvd., Room 202, Rockville, MD 20852, 301-594-7949; Ship 5 (NCI) C & I sets to? NIH @301 N. Stonestreet Avenue, Rm. 113, Attn: Lisa Harper, Rockville, Maryland 20892; Ship balance of bulk sets to: Aspen system, Attn: Lou Young, 1000 Haverhill Road, Baltimore, MD 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 NCI PC number and product title. Return the materials in the proper order as originally provided by the government. PRESS SHEET INSPECTION: Press sheet 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 the NCI, OC Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, Maryland 20892 on 07/12/2004. Request for quotations are due 07/16/2004 at 1:30 P.M. EDT. Assuming an award date of 07/20/2004. Material shall be picked up on 07/21/2004. 100,000 sets due at the NIH/NCI on 08/30/2004. Advanced sample copies shall be due at the NIH prior to any bulk distributions. Balance of sets due at the NIH on 09/13/2004. Return of furnished materials and receipts shall be returned on 09/20/2004. NOTE: Please be aware that without the return of all the furnished materials, complete as specified within these printing specifications, payment will/can be withheld until all these materials are received. 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. - 12:00 (noon) and 1:00 P.M. - 3:30 P.M., Mon-Fri, except federal holidays. Call for delivery appointment prior to any bulk shipments. Stencil each carton on 1 end, with the NIC PC Number, Title, Inventory Number and the Quantity per carton & per package. 04-NCI-PC-065, (20 per package/800 per carton) Find Ways to Prevent booklets, (inventory #ENG P-163 & SPN P-162). Cover the pallets with plastic stretch wrap after strap banding and corrugated edges. Band each pallet twice, in both directions, using plastic strapping over corrugated edge protectors only. The cartons shall only be new 44 lbs. edge crush test, or 275 lbs. bursting strength & specifically made to contain this product. All sides 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" total, (from the floor to the top of the assembly). Affix packing delivery list to the last pallet loaded on the truck, facing the dock. Use GPO pallets only, 48" x 40" (four way). PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition; FAR 52.212-1, COMMERCIAL ITEMS; FAR 52.212-3, 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 certification 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 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 item on 07/16/2004. Please refer to solicitation number RFQ-NCI-40081-NQ. NOTE: All contractors wishing to conduct business with the Federal Government are required to be registered in the Central Contractor Registration (CCR), website address.
- Record
- SN00605251-W 20040619/040617211814 (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 |