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: PCP: America’s Demographic & Cultural Transformation

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-110010-KM
 
Archive Date
1/1/2011
 
Point of Contact
Karri L. Mares, Phone: 3014357774, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
maresk@mail.nih.gov, cr214i@nih.gov
(maresk@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 6076, 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-­­­­­­­­­­­110010-KM 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 Karri Mares at maresk@mail.nih.gov. REQUIREMENT: Title: “PCP: America’s Demographic & Cultural Transformation” PRODUCT: 204 text pages plus a 4 page cover printed in six ink colors. BASIS FOR AWARD: The actual award amount will be $60,000 for this contract. The NCI’s objective is to obtain the highest possible quantity for this dollar amount. Your added rate per thousand “overs” may be used to either increase or decrease your firm’s quoted price to reach this dollar amount. Failure to provide an added rate will render your firm’s quotation 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 submitting a quotation shall have passed the NCI Requirements for New Bidders prior to consideration of their quotation for award. A minimum sixty calendar days are necessary for the evaluation processing to be completed. QUANTITY: 1,000 copies and the final film/files as required in the production of printing. TRIM SIZE: 8-3/8” x 10-7/8”, lay-flat binding along the 10-7/8” 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 one (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 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: Four color process, PMS 2727 (Blue), PMS 327 (Green) and dense Black Ink. Inks shall contain minimum percentages of vegetable oil in compli­ance with federal procurement mandates. BINDING: Lay-flat binding along the 10-7/8” dimension. Must be with a flexible spine and free floating cover structure. Adhesive on spine shall be a waterbased, cold emulsion PUA which remains flexible for life of the binding. A reinforced crepe lining is to wrap over the spine. Apply cover by hot/or cold glue process. Bleed trim all sides to a final size after binding of 8-3/8” x 10- 7/8”. NOTE : No additional blank pages shall be allowed. Hinge score the covers to prevent cracking and run the cover paper grain parallel to the spine. The spine type shall remain centered. SEPARATIONS: None required FORMAT: Text pages 1-204, plus a separate 4 page cover. PRINTING: Print outside covers 1 and 4 in a solid bleeding all sides of PMS 2727 Blue. Type matter reverses out as well as design elements in PMS 327 plus several process illustrations butting the borders. Cover 2 prints four color process illustrations plus a screened background which also crosses over onto cover 3 using PMS 327 with reversed to white headlines and overprinting type matter in Black. Text pages 6, 28, 32, 40, 43, 48, 51, 53, 54, 56, 63, 64, 67, 68, 71, 73, 76, 78-82, 84, 87, 90-92, 97, 99, 100-102, 104-107, 111, 112, 114, 117, 118, 123, 124, 126, 134, 136 and 204 each print at least one process colored illustration. Text pages 2, 4, 16, 24, 27, 31, 59-60, 74, 83-84, 94, 108, 120, 128, 131-132, 142, 145-146, 180, 184, 187-188, 202, 210 and 204 are full solid divider pages consisting of Solid PMS 298 Blue, some with reversed to white type matter. All other text pages print at least two spot Pantone colors plus Black ink. NOTE: Traps and varnish/coating masks are entirely the contractor’s responsibility. Heavy ink coverage is required and the contractor must take any and all necessary precautions to prevent ghosting & lay a smooth uni­form ink film. This product shall be manufactured on a lithographic print­ing press capable of printing all the required colors with one pass through the press and the complete color bar as detailed on page 4 of these spec­ifications. 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 dryer equipped presses only. Ghosting & “in-line problems” shall not be acceptable. COATING: Overall aqueous coat, satin finish, on outside covers pages 1 and 4 only. A “drytrapped” overall varnish may NOT be substituted. DISPLAY EXAMINATION: Examination of the furnished materials is an integral part of 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 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 6 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 (or 275 bursting strength) corrugated containers filled to the top with 24 copies per carton. The cartons shall be specifically manufactured to fit these products. The maximum weight shall not exceed 40 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations shall be allowed. RETURN MATERIALS: (#1). Return all camera copy or furnished materials as received, to the NCI Printing Office, at the address listed, see page 4 of these specifications. (#2-A). Provide 2 “office file copy printed samples” and (#2-B). Furnish a set of the all the signed receipts in one package to the NCI Printing Office. (#3). Create 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), provided to the NCI Printing Office. (#4). Provide a single page formatted web-posting file version, (as an Acrobat PDF on a separate CD-Rom), directly to the client’s “sample copies address” (see page 4 of these specifications). NOTE: Items #1-4, (the Return Materials) are due 7 calendar days from the date of the last delivery. SHIPPING: 3 advanced samples copies to: NCI Printing, 6116 Executive Boulevard, Room 3049, Rockville, MD 20852. ATTN: Printing Officer “Advanced sample copies” must be received before any other location deliveries are completed, Phone: 301-402-2624. 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 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 Clearance copies to: NCI Clearance, Marianne Kost; 6116 Executive Blvd. Room 3017; Rockville, MD 20852, Phone: 301-594-9053. Ship 2 NCI file copies to: National Tech. Info Service, Office of Business Development, Attn: Sue Feindt; 5301 Shawnee Rd, Room 327; Alexandria, VA 22312, Phone: 703-605-6244. Ship 2 NCI file copies to: ATTN: Mr. Jan Ehrman at NIH, 9000 Rockville Pike, Building 31, Room 5-B-52 Bethesda, MD 20892, Phone: 301-496-4143. Ship 2 (NCI) Cataloging and Indexing copies to: NIH Printing, ATTN: Lisa Harper Building 31, Room B-4B-N-08, 9000 Rockville Pike, Bethesda, MD 20892, Phone: 301-496-6781. Ship 20 copies to: National Cancer Institute ATTN: Ms. Jennifer Burt, 6116 Executive Blvd, Room 220, Rockville, MD 20852, Phone: 301-451-9399. Ship balance of copies to: NCI Distribution Center; ATTN: Ms. Lou Young, 1000 Haverhill Road, Baltimore, MD 21229, Phone: 410-644-7742 – Schedule delivery appointment (by email with Ms. Young) prior to any carrier arrivals at the warehousing facility ( anna.l.young@lmco.com ) 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, PSB, (Printing Section), 6116 Executive Blvd, Room 3049; Rockville, MD 20852 on or about: 12/6/2010. QUOTATIONS ARE DUE: 12/17/2010 at 11:00 am. Award shall be made on or about 12/21/2010. Material pickup on or about: 12/27/2010. All copies due at the NCI destinations, as listed above, 1/25/2011. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Return of furnished materials and receipts: 2/8/2011. NOTE: Please be aware that w/o the return of all furnished materials, complete as specified within these printing specifications, payment may 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 bar code 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 bar code 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, Phone: 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), inventory#, 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. Stencil 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-019 (6 per package/24 per carton) PCP: Demographic & Cultural; No. 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; 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post Award Small Business Program Representation (April 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (July 2010) 52.222-21 Prohibition of Segregated Facilities (February 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-36 Affirmative Action for Workers with Disabilities (October 2010) 52.225-3 Buy-American Act – Free Trade Agreements – Israeli Trade Act (June 2009) Alternate II (January 2004) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 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-110010-KM 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-110010-KM/listing.html)
 
Record
SN02337248-W 20101204/101202234214-cafefd27470586583b1a57eadc2099fe (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.