Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395

National Cancer Institute, Research Contracts Branch, PSAS, 6120 Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227

T -- PHOTOGRAPHIC, MAPPING, PRINTING, & PUBLICATION SERVICES SOL RFQ-NCI-90140 DUE 080999 POC Cynthia Brown, Purchasing Agent, 301-402-4509, Todd Cole, Contracting Officer This is a combined synopsis/solicitation for Commercial Items, prepared in accordance with the format in the 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-90140, includes all applicable provisions and clauses in effect through FAR FAC 97-11. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial acquisitions. This requirement is set-aside for small business. The Standard Industrial Classification Code is 2732 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 Cynthia Brown at (301) 402-4509. REQUIREMENTS: Title: DCEG Annual Research Directory 1998. PRODUCT: 214 page text plus a separate 4 page cover. QUALITY: Level 1 printing and finishing attributes are required for this specification. Reference GOP publication 310.1 for attribute requirements. Printing is the predominate production function and none shall be subcontracted. QUANTITY: 7,000 copies and the final films used 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 Zipdrive disk consisting of Adobe art & Quark page layouts from desktop files together with laser proofs. The contractor shall also receive 67 photo prints for halftones. PROOFS: Provide laminated halftone dot color proofs, digital color-4000 dpi or made from final films, stripped to show the full press sheet imposition, including color bar, show guide, gripper and ruled-up for al the bindery marks of each form, plus book dylux proofs with all elements in proper position, folded and trimmed t the final size. NCI Office of Cancer shall retain one complete proof set. PAPER: Text-80lb. White #1 dull finish text, target brightness of 87. (Celesta, Centura, Signature, Vintage, or an approved equal). COVERS: -80 lb. white #1 dull finish cover, target brightness of 87. Only those papers listed above as approved #1 sheet equals will be considered. See the 32nd edition (1998-99 issue) of the Competitive Grade Finder. Both the text stock and cover stocks 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 not subject to NAFTA shall not be acceptable. (Refer to NCI Standard Specifications). INKS: 4 color process, PMS 304 and Black Ink. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates as follows: Heat-set litho/10%, sheet-fed litho/20%, forms/20%. Also refer to NCI Standard Specifications. BINDING: No additional blank pages shall be allowed. Lay-flat binding along the 10-7/8" dimension is required. Must be with a flexible spine and free-floating cover structure. Adhesive on spline must be a water- based, cold emulsion P.U.R. (Polyurethane reactive) which is to remain flexible for the life of the binding. A reinforced crepe lining is also to wrap over the spine. Score, fold and apply cover by hot/or cold glue process. Use of any alternate adhesives will not be acceptable. Score and hinge covers as necessary. Run cover grain parallel to the spine to prevent cracking and in the same signature size as the text forms. Bleed trim 3 sides after binding 8-3/8" x 10-7/8". NO white space or ink gaps at the binding edge shall be allowed after binding. HALFTONES: 67 halftones are square finish 2-1/8" square or smaller from 5" x 7" prints. All the illustrations are scanable and the photos for halftones should be scanned. Velox proofing a dozen random halftones beforeproduction is required. Include a multi-step grayscale with the advanced halftone proofs. SEPARATIONS: None required (one hi-res EPS File is contained in the zipdisk for the above cover). FORMAT: Text pages 1-210, (214 total) cover pages 1-4. PRINTING: All Text pages print in PMS 304 and Black inks. 18 divider pages are scattered throughout the text portion, printing asa 100% solid PMS 304 bleeding all sides background plus Black ink type matter. Halftone pages have low-res position only scans in the electronic files and the contractor shall substitute their hi-res scanned halftones in place as indicated . Pre-approval of the 12 random halftone proofs is required to insure a consistent standard for all the illustrations. NCI's representative shall review all proofs and press inspect this product. OUTSIDE COVER PAGES print four color process and dull spot varnish . Cover 2 & 3 is a solid bleed all sides process Cyan only with reversed type. Note: the furnished electronic files do not contain varnish mask, 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. Must be printed on a litho printing press capable of printing all the required ink colors with one pass through the press together with the complete color bar as specified. Web equipment if, used, shall be heat-set only. Ghosting & in-line problems shall not be acceptable. COATING: Spot UV gloss coat the illustration on the covers. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Refer to NCI Standard Specifications. PRESS INSPECTION: Refer to NCI Standard Specifications. 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. Refer to NCI Standard Specifications. PACKING: Shrink wrap individual copies. Pack in new 275 pound test corrugated containers filled to the top. The cartons shall be specifically manufactured to fit this product. Maximum weight shall not exceed 48 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packing deviations shall be allowed. Label on one of the carton ends. RETURN MATERIALS: Return all camera copies of furnished material as received and two file copy printed samples. Inventory the NCI final film negative in printer spreads (only 2 page films for book-work) and furnished copies of all the signed receipts in one package to Paul LaMasters, Printing Officer at the business office address listed herein. NEGATIVES: Compose negatives a 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 customs shall not apply to film, flats, proofs or color oks. Pack films to protect emulsion layers and furnish each film wt 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: 9-NCI-PC-101 (composed negatives and oks for storage), DCEG Annual Research Directory 98. SCHEDULE: Display of materials at NCI, OCC, Building 31, Room #10-A-28, 9000 Rockville Pike, Bethesda, Maryland 20892 -on 7/26/99. Assuming an award date of 8/10/99, material shall be picked up on 8/11/99, all copies shall be delivered to the destination identified in this solicitation on 9/20/99 by 12:00 PM EST (noon). On 9/29/99 the return of furnished materials, final film storage, and receipts shall occur. NOTE: Please be aware that without the return of all the furnished items, completed as specified within these printing specifications, payment will 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. Packaging requirements for bulk shipments delivered to the National Cancer Institute not conforming to these requirements can be refused. (See NCI Standard Specifications). The contractor shall initiate contact with the warehouse, if the inventory control number is not furnished., prior to labeling any cartons. Receiving hours are 9:00am -12(noon)& 1-4:00pm, Mon-Fri. Call for delivery appointment prior to any bulk shipments. Ship the balance of bulk copies to Aspen Systems, Inc., 1000 Haverhill Road, Baltimore, Maryland 21229, Attn: Andy McMahon (410) 644-7853; Ship 10 advanced samples copies to: National Cancer Institute, Office of Cancer Communication, Building #31, Room #10-A-28, 9000 Rockville Pike, Bethesda, Maryland 20892, Attn: Paul LaMasters, Printing Officer, (301) 402-2626; Label each carton on one end with the NCI PC-101, Title: "DCEG Annual Research Directory 98", quantity per carton & per package. Also refer to NCI Standard Specifications. Ship 15 "file copies" to: Library of Congress, Madison Bldg., Exchange & Gift Division, Federal Documents Section, C Street, North East, (between 1st & N Streets) Washington, D.C., 20540, Ship 736 " depository copies" to: US Government Printing Office, Depository Receiving Section, Jackson Alley, Room A-150, Washington, D.C. 20401 Stop: SSLA, Attn: Mr. Wm. Teele, Label cartons #507-G-02. Proofs will be withheld 3 working days from the time they are received until they are returned back to the contractor's facilities. PRESS SHEET INSPECTION: requires 5 working days notice. Notify the Printing Officer (Paul LaMasters) of the day and time press sheets will be available for inspection. BASIS FOR AWARD will be made to the responsible offeror with the lowest priced quotation that fully meets the requirements of this solicitation. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITIONS; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS-WITH DUNS NUMBER ADDENDUM; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS; AND FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES, OR EXECUTIVE ORDERS- COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITIONS. 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 ACTON 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 52.232-34PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTOR REGISTRATION. Full text copies of the Representations and Certification or other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or Cynthia Brown, Purchasing Agent, on (301)402-4509. OFFERS: Offers must be submitted on an SF-18 or SF-1449 with a complete "Schedule of Offered Supplies/Services". Quotations /Offers must be accompanied by a completed "Offeror Representations and Certifications-Commercial Item-with DUNS Number Addendum," signed by an authorized representative of the offeror. Quotations/Offers must be received in this office by 1: 30 pm EST on 8/9/99. Please refer to RFQ-NCI-90140 on your bid package. Posted 07/22/99 (W-SN357713). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0123 19990726\T-0001.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page