Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2006 FBO #1662
SOLICITATION NOTICE

T -- Eating Hints

Notice Date
6/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
323110 — Commercial Lithographic Printing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-60081-NG
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
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 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: No. RFQ-NCI-60081-NG includes all applicable provisions and clauses in effect through FAR FAC 05-09 (May 2006) simplified procedures for commercial items. This requirement is set-aside for small business. The North American Industry Classification Code is 323110 and the business size standard is 500 employees. All prospective 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 Malinda Holdcraft, at (301) 402-4509. REQUIREMENT: TITLE: Eating Hints PRODUCT: 64 text pages plus separate 4 page cover BASIS FOR AWARD: The actual award amount will be $224,000 for this contract. Our objective is to obtain the highest possible quantity, for this dollar amount. Your added rate per thousand overs will 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. All contractors offering a bid shall have passed the NCI Requirements for New Bidders prior to consideration of their proposal for award. A minimum sixty calendar days are necessary for the evaluation processing to be completed. QUANTITY: 50,000 copies and the final films used in the production of printing. TRIM: 5-7/8 inches x 9-1/8 inches, saddle wire stitch binding along the 9-1/8 inch dimension. FURNISHED MATERIALS: 1 Mac CD-Rom consisting of Adobe art and 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. 2 SETS OF PROOFS: Provide 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 proof, 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: Cover -80 lb. white Patina Matte finish cover, target brightness of 90. Text -80 pounds white Patina Matte finish text, target brightness of 90. Only those papers listed above as approved equals will be considered. See the 39th edition (2005-?06 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: 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 wire stitch twice through the spine along the 9-1/8 inch dimension. Bleed trim three sides to the final size of 5-7/8 inches x 9-1/8 inches. Alternate trim sizes will not be considered. Diecut 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 curtis flannel stock, as air-brushed rendering techniques. FORMAT: Covers 1-4, text 1-64. PRINTING: Print outside covers 1 and 4 in 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 process, 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 and 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 make ready) 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, the outside covers 1 and 4 only. A dry trapped overall dull varnish shall not be acceptable. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATIONS: 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 INSPECTIONS: 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 inch 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 one-half 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. PREAWSARD 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 20 copies only, shrink wraps or paper banding shall not be allowed. Turn the items if necessary, to form a neat stack. Pack in new 44 pound edge crush test corrugated boxes filled to the top. 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 shall be 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. Create a digital deliverable (Macintosh compatible CD-Rom disk of the high-res. files in Acrobat PDF format) and furnish copies of the all the signed receipts in one package to NCI at the office address listed above, see page 1 of these specifications. NEGATIVES: 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 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 pressroom 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: 06-NCI-PC-087 (composed negatives and oks for storage) Eating Hints SHIPPING: The advanced samples copies: must be received before any other location deliveries. 3 perfect bound advanced samples and all the cased copies to: NCI Printing, (301-402-2624) 6116 Executive Boulevard Room 3064, Rockville, MD 20852, Attn: Printing Officer. The advanced samples copies must be received before any other location deliveries. Ship15 file copies to: Library of Congress, Madison Bldg., (Exchange and Gift Division), Federal Documents Section, C Street, North East, (between 1st and N Streets), Washington, DC 20540. Ship 2 NCI file copies to: National Tech. Info Service, Office of Business Development, Attn: Sue Feindt, (703-605-6244) 5285 Port Royal Road, Springfield, VA 22151. Ship 5 (NCI) C and I copies to: NIH Printing, ATTN: Lisa Harper Building 31, Room B-4B-N-08 9000 Rockville Pike Bethesda, Maryland 20892 301-496-6781 Ship 25 client samples to: National Cancer Institute ATTN: Ms. Bobbie Ravas 6116 Executive Boulevard Room 202 Rockville, Maryland 20852 (301-451-4282) Ship 2 depository copies to: the U.S. GPO, Stop: SSLA Depository Receiving Section, 44 H Street NW, loading dock Washington, DC 20401 Label cartons...item number 507-G-02. Ship 2 NCI file copies to: ATTN: Mr. Jan Ehrman at NIH 9000 Rockville Pike, Building 31, Room 5-B-52 Bethesda, Maryland 20892 301-496-4143 Call for delivery appointment prior to any bulk shipments: Ship balance of bulk copies to: Aspen Systems, ATN: Lou Young 1000 Haverhill Road Baltimore, Maryland 21229 410-644-7742 General packaging information for bulk shipments delivered to the National Cancer Institute Shipments not conforming to these requirements SHALL be refused. The exact packaging for each order will be detailed within the printing contract from the government. 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 am-12:00 and 1-3:30 pm, Monday-Friday, except federal holidays. Use 48 x 40, four way GPO Pallets only. Stencil each carton on 1 end, with the NCI PC Number, Title, Inventory Number and the Quantity per carton and per package. 06-NCI-PC-087 (20 per package / 120 per carton) Eating Hints Inventory No. P-118. Band each pallet twice, in both directions, using plastic strapping over corrugated edge protectors only. Cover the pallets with plastic stretch wrap after strap banding and corrugated edges. The cartons shall only be new 44 pounds. Edge crush test or 275 pounds bursting strength and specifically made to contain this product. Affix packing delivery list to the last pallet 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 inches total, (from the floor to the top of the assembly.) 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 requires 5 days notice. Notify the NCI at 301-402-2624 for inspection. SCHEDULE: Display of materials at NCI, OCC, Building 6116, Room 3064, 6116 Executive Boulevard Rockville MD 20852 June 19, 2006. Quotations are due July 14, 2006 at 1:00 pm. Award shall be made on or about July 18, 2006. Material pickup: July 19, 2006. 10,000 copies due at the NCI destinations as listed above August 23, 2006. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Balance of copies due at destination (Aspen Warehouse) September 6, 2006. Return of furnished materials and receipts September 13, 2006. 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. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS FOR SIMPLIFIED ACQUISITION; 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-FOR SIMPLIFIED ACQUISITION. Far Clause 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE. The following FAR clauses cited in paragraph (b) of the clause 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 REGISTRATIONS. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Malinda Holdcraft, Contract Specialist, (301) 402-4509. OFFERS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with Duns Number Addendum, signed by an authorized representative of the offeror or certification/validation of Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Applications (ORCA) (http://orca.bpn.gov). Offers/Quotations must be received in this office by 1:00 PM on July 14, 2006. Please refer to the solicitation number RFQ-NCI-60081-NG.
 
Place of Performance
Address: Contractor location
Country: USA
 
Record
SN01068394-W 20060615/060613220329 (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 |
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.