SOLICITATION NOTICE
T -- Commercial Printing - Recruitment Catalogs
- Notice Date
- 8/14/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 323110
— Commercial Lithographic Printing
- Contracting Office
- Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416, Washington, District of Columbia, 20536
- ZIP Code
- 20536
- Solicitation Number
- PC-08-Q-88000724
- Archive Date
- 9/13/2008
- Point of Contact
- Alicia M Steele,, Phone: 202-692-1626, Kevin N Linden,, Phone: 202-692-1656
- E-Mail Address
-
asteele@peacecorps.gov, klinden@peacecorps.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is PC-08-Q-88000724 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 323110 with a small business size standard of 500 employees. This requirement is set-aside for small business vendors only. Vendors must be Forest Stewardship Council (FSC) certified. The Peace Corps requires the following items: CLIN 001, Recruitment Catalog, Quantity = 115,000 catalogs. The Peace Corps reserves the right to award as many catalogs required subject to funding at the unit price proposed by vendors. The total award amount may be lower or higher than the 115,000 catalogs requested. Vendors shall state any quantity/price breaks within their quote. Vendor shall deliver draft proof within 3 days or less after receipt of print file. Vendor shall deliver finished product within 4 weeks after final proof approval. SPECIFICATIONS: (1) Number of Pages: 44 pages + cover (2) Size: 8.5” x 11” (3) Ink Color for Text: 4cp (4) Ink Color for Cover: 4cp+aqueous/same (5) Bleeds: Full bleeds on every page and on covers (6) Stock for Text: 80# text Mohawk Options PC Cool White Smooth (7) Stock for Cover: 65# cover Mohawk Options PC Cool White Smooth (8) Perforation: One vertical perf on last text page (9) Finishing: Saddle-stitch. Shrink-wrap in units of 25; reverse stacking; 2 stacks for a total of 50 per box; use double-thick 11¼ boxes for multiple shippings; box weight NTE 22 lbs. STANDARD PALLETS – Please confirm size. Delivery truck must be able to be unloaded from standard loading dock height (45”). Skids should be standard, about 44 inches wide by 48 inches long. Skids will be stacked on racks with a forklift and must hold the loaded skid weight without breaking. (10) Equipment: SHEET FED (11) Desktop time: Insert FSC text and logo on C4. (12) Furnished Materials: CS3 In-Design files and PDF comp (13) Proofs Required: Matchprint/IRIS or equivalent and blueline book (14) Delivery Instructions: FOB Destination – deliver 200 catalogs to PC Headquarters, 1111 20th Street NW, Washington, DC 20526 Attn: Abbey Powell; Deliver balance to SOC Warehouse, 13882 Redskin Drive, Herndon, VA 20171, Attn: Leanette 703.796.3564 Vendor shall return all source materials & print ready files back to Peace Corps. Solicitation provisions at FAR 52.212-1, Instructions to Offerors-Commercial Item are hereby incorporated by reference. Offerors shall submit quotes to include the items listed below, as a minimum. 1 – Unit price and a total amount based upon 115,000 copies of the recruitment catalog as specified in this RFQ. 2 – Statement confirming that offeror is FSC certified. 3 – Past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offerors who describe similar contracts shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of the RFQ. Offerors must either provide the above information or affirmatively state that it possesses no relevant directly related or similar past performance. In evaluating past performance, the Government may contact some of the references provided by the offeror and/or other sources of information. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technically acceptable, and past performance. Technical and past performance, when combined, are equal to price. The following clauses apply to this solicitation and the resultant contract. The selected Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items. FAR clause 52-212-4, Contract Terms and Conditions-Commercial, is hereby incorporated by reference. The following FAR clauses in paragraph (b) or FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-3, 52.225-13, and 52.232-33. The full text of a clause may be accessed electronically at http://www.arnet.gov. All questions regarding this RFQ must be submitted via email to asteele@peacecorps.gov by 5:00PM EST on August 20, 2008. Quotes are due by 5:00PM EST on Friday, August 29, 2008 and shall be emailed to klinden@peacecorps.gov or faxed to (202) 692-1590, ATTN: Kevin Linden. Only email or fax quotes will be accepted. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=479a6b9c05842c21ecd8c9bbf904fb75&tab=core&_cview=1)
- Place of Performance
- Address: 1111 20th Street NW, Washigton, District of Columbia, 20526, United States
- Zip Code: 20526
- Zip Code: 20526
- Record
- SN01641163-W 20080816/080814224928-479a6b9c05842c21ecd8c9bbf904fb75 (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 |