Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
SOLICITATION NOTICE

T -- Printing: "Understanding Breast Changes"

Notice Date
12/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-110005-TG
 
Archive Date
1/1/2011
 
Point of Contact
Erin M. Breedlove, Phone: 3014968607, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
breeerin@mail.nih.gov, cr214i@nih.gov
(breeerin@mail.nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6068, Rockville, MD 20852, UNITED STATES. 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 written solicitation will not be issued. This solicitation/request for quote: No. RFQ-NCI-110005-TG includes all applicable provisions and clauses in effect through FAC 2005-46 (October 2010) 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 Terry Galloway at gallowaytl@mail.nih.gov. REQUIREMENT: Understanding Breast Changes PRODUCT: 44 page text plus a wrap-around 4 page cover BASIS FOR AWARD: The actual award amount will be $33,500 for this contract. NCI's objective is to obtain the highest possible quantity for this dollar amount. 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. 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: 10,000 copies and 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 OS-X compatible CD-Rom disk, together with a set of color proofs (laser printed dummy) as a guide to production. InDesign CS-4, Illustrator CS-4 and Photoshop CS-4 applications used for desktop publishing. PROOFS: Provide a laminated, digital, color proof, stripped to show the full press sheet imposition, including colorbar, showing guide, gripper and ruled-up for all bindery marks on each form. Proofs shall have a PIA/GATF Proof Comparator (or similar process control) affixed to the back or face of the proof. Spot colors shall be a match of the Pantone reference books on the laminated proofs (with ink draw downs provided for approval, on the proposed substrates). Additionally, provide two inkjet "dylux-styled reader" proofs, with all elements in proper position, folded and trimmed to final size. NCI shall keep 1 digital dylux. PAPER: Cover - 80 lb. white premium coated offset recycled cover, minimum brightness of 94+(Centura Silk, McCoy Silk, or Utopia One-X dull) Text - 80 lb. white premium coated offset recycled text, minimum brightness of 94+(Centura Silk, McCoy Silk, or Utopia One-X dull) Only those papers listed above as approved equals will be considered. See the See 46th. edition (Spring 2010~2011 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 272 and PMS 521 (both are purples) inks. 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 8-3/8" dimension. Bleed trim 3 sides, to a final size after binding of 5-3/8" x 8-3/8". No other alter¬nate trim sizes shall be acceptable. Each signature must be a complete four page component, short trimmed or binding lip attachment methods shall not be acceptable. Diecut channel score the cover fold to prevent cracking, (a litho press score and/or a rotary score on the stitcher is not acceptable). Run all the cover paper grain parallel to the spine. SEPARATIONS: None Required FORMAT: Text pages 1-44, plus a separate cover (pages 1-4). PRINTING: All text pages print in PMS 272 Purple as well as Black type matter. Process illustrations are on scattered through-out the text portion, pages 4, 11, 15, 16, 19, 21, 23 and 25. Gradient boxes are also scattered throughout the text portion,... from 40% to zero using PMS 272 ink. Covers 1 and 4 print in 4 color process, PMS 272, PMS 521 Inks. Covers 2 and 3 print in solid and screened areas of PMS 272 Purple with a four color process illustration on cover 2. NOTE: The furnished electronic files do not contain varnish masks, or traps and the contractor shall create 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. Text and covers shall be printed on a litho printing press capable of printing all the required ink colors with one pass through the press. Do not assume "perfecting" is acceptable to the government. The inspector shall use the following criteria to determine acceptability. If the inspector is unable to determine by examination which side is first down, then press perfecting is acceptable. Web fed printing techniques shall be on heat-set equipment only. Ghosting & "in-line problems" shall not be acceptable. COATING: Overall aqueous coat, satin finish, on outside covers pages 1 and 4 only. Dull varnish is NOT acceptable as an option to aqueous coating. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the furnished materials is an integral part of specifications. No additional payment will be allowed due to 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 1/2 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° kelvin light sources housed in a completely enclosed neutral gray-booth and functional densitometers. If the presses are equipped with automatic scanners you are NOT relieved of the requirement for the customer colorbar as detailed above. 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 or shrink wrap in units of 20 copies only, 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 with 240 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 shall be allowed. Label or stencil on the carton ends. 11-NCI-PC-0009 Understanding Breast Changes (#1). Provide a reprint digital deliverable (Macintosh compatible CD-Rom disk of the high-resolution files used for print production, for example ~ a download from your production server). Return download as well as all camera copy or furnished materials as received, to the NCI Printing Office, at the address listed,... see page 4 of these specifications. (#2). Provide a single page formatted web-posting file version, (as an Acrobat PDF on a separate CD-Rom), directly to the client's "sample address," see page 4 of these specifications. SHIPPING: 3 advanced samples copies to: NCI Printing, (301-402-2624) 6116 Executive Boulevard, Room 3049, Rockville, MD 20852. ATTN: Printing Officer "Advanced sample copies" shall be received before any other location deliveries are completed. Ship 15 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) 5301 Shawnee Road, Room 327, Alexandria, VA 22312. Ship 1 (NCI) Cataloging and Indexing copies to: NIH Printing, ATTN: Lisa Harper Building 31, Room B-4B-N-08, 9000 Rockville Pike Bethesda, Maryland 20892 301-496-6781. 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 with 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. Ship 2 NCI Clearance copies to: ATTN: Marianne Kost at 6116 Executive Blvd. room 3017, Rockville, Maryland 20852 301-594-9053. Ship 5 Client Samples to: National Cancer Institute ATTN: Ms. Carol Sienche 6116 Executive Blvd, Room 3127, Rockville, Maryland 20852 301-451-9399 Ship balance of Bulk copies to: NCI Distribution Center schedule delivery appointment anna.l.young@lmco.com (see page 5 of this specification) 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, OC, (Printing Section), 6116 Executive Blvd, Room 3049; Rockville, MD 20852 12/10/2010. QUOTATIONS ARE DUE: 12/17/2010 at 11:00 am. Award shall be made on or about 12/23/2010. Material pickup on or about: 12/30/2010. 10,000 copies due at the NCI destinations, as listed above, 01/24/2011. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Balance of copies due at destinations: 01/31/2011. Return of furnished materials and receipts: 02/07/2011. NOTE: Please be aware that w/o the return of all 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. GENERAL PACKAGING: 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 Federal Government. If the inventory control number and barcode artwork are not furnished, please contact the NCI Printing Office prior to the press run or before labeling cartons for shipment. Typically the number and barcode are also visual on the lower right hand position of the back panel or back cover on laser proofs provided. Ship bulk copies using directions below to: NCI Distribution Center, 1000 Haverhill Road, Baltimore, MD 21229, Attention: Ms. Lou Young, (410) 644-7742 Contractor's shipping company is to notify Ms. Lou Young by email (anna.l.young@lmco.com) prior to any bulk shipments to this facility. Receiving hours: 6:00 am - 3:00 pm, Monday through Friday, except Federal holidays. Provide the following information when scheduling appointments: NCI PC #(if applicable), invento¬ry#, publication title, total quantity of the order, if this is a partial shipment, the number of pallets on this shipment, carton count & quantity per pallet, estimated delivery date. Do not layer multiple titles on the same pallet. Label each carton on one (1) end, with the NCI PC Number, Title, Inventory Number and the Quantity per carton and per package; 11-NCI-PC- (20 per package/2400 per carton) Understanding Breast Changes Inventory No. P-0511. 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 double stack on the truck trailers. Stack skids, not to exceed 50 inches total, (from the floor to the top of the assembly). Use 48 x 40, four way "GPO Pallets" only. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (October 2010) FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (June 2010); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (October 2010). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; Far Clause 52.219-6 Notice of Total Small Business Set-Aside (June 2003) Far Clause 52.219-28 Post Award Small Business Program Representation (April 2009) Far Clause 52.222-3 Convict Labor (June 2003) Far Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies (July 2010) Far Clause 52.222-21 Prohibition of Segregated Facilities (February 1999) Far Clause 52.222-26 Equal Opportunity (March 2007) Far Clause 52.222-36 Affirmative Action for Workers with Disabilities (October 2010) Far Clause 52.225-3 Buy-American Act - Free Trade Agreements - Israeli Trade Act (June 2009) Alternate II (June 2009) Far Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) Far Clause 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (October 2003) Provisions and clauses that apply to this Request for Quote may be downloaded from http://acquisition.gov/comp/far/index.html OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Quotations must be received in the NCI Office of Acquisitions contracting office by 11:00 a.m. on 12/17/2010. Please refer to solicitation number RFQ-NCI-110005-TG on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-110005-TG/listing.html)
 
Record
SN02337125-W 20101204/101202234109-8c3d4fc32337909bdf4a4eff44bfcdf6 (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.