Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,2000 PSA#2666

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

T -- PHOTOGRAPHIC, MAPPING, PRINTING, & PUBLICATION SERVICES(00-NCI-PC-122) SOL RFQ-NCI-00188 DUE 090100 POC Cynthia Brown, Purchasing Agent, Gail Zois, Contracting Officer The NCI requires the following printing services and deliverables. 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, No. RFQ-NCI-00188, includes all applicable provisions and clauses in effect through FAR FAC 97-19. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial. This requirement is set-aside for small business. The Standard Industrial Classification Code is 2732, and the business size standard is 500 employees. All prospected 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 specification set forth below. Copies of the booklet may be requested from Cynthia Brown, at (301) 402-4509. REQUIREMENTS; TITLE: Mammogram? Not Just Once!". PRODUCT & QUANTITY: Bookmarks, five lots (500,000 of each lot). QUALITY: Level 2 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: 2,500,000 total copies and the final films used in the production of printing. TRIM SIZE & PAPER: 2-1/2" x 8" (100# Dull Cover) Vintage Velvet, or Equal. Only those papers listed above as approved #1 sheet equals will be considered. See the 33rd edition ( 99- 00 issue) of the Competitive Grade Finder. Both the text stock and cover stocks, when required, must be the same brand name items, and all the leaves within each book must be matching. All offset text stock, when required, must be smooth finish only. Rolland Opaque is not an approved alternative sheet. American mill brand manufactured papers only, private label and or foreign manufactured papers shall not be acceptable. Also refer to NCI Standard Technical Specifications FURNISHED MATERIALS: Mac Zipdrives consisting of Adobe Illustrator FPO art & Quark page layouts from desktop created files together with five reflective color illustrations. PROOFS: Provide 2 sets of laminated color proofs, made only from films, stripped to show the full press sheet imposition, indicating guide, gripper and ruled-up for all the bindery trim-outs of each form, plus dylux proofs, with all elements in proper position, folded and trimmed to the final size. The government shall retain one complete proof set. Also refer to NCI Standard Technical Specifications. INKS: 4 color process, PMS 124, 1787, 2593, 285, 363, 417 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%. BINDING: Bleed trim each of five lots on four sides to 2-1/2" x8". SEPARATIONS: Five separations (one for each lot) from reflective illustrations, output size is approximately 2-1/2" x 6". #1-2) Doutones that are required by all other components of these specifications are to be crated by adding a 60% screen of one PMS color to the halftones. Doutones do not use common ink colors between lots. The government recommends that the pre-press contractor use a hi-end electronic page make-up system to scan, store and manipulate the images. The furnished files do not contain traps and the contractor shall create these items as part of their production. PRINTING: Printing of each component: Print as per "furnished materials on display". Heavy coverage is required and the contractor shall take any/all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. Ghosting & "in-line problems" shall not be acceptable. Must be printed on a lithographic press capable of printing all the required ink colors and coatings as required with one pass through the press. Web run production equipment if used, shall be heat-set only. 4/Color Process plus 2 PMS colors 2/sides, (not common PMS inks). COATING: Overall satin aqueous coat all items except item #1 and 3. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: 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. (Strongly recommended). 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 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. 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: Shrink warp all other lots separately in units of 20 copies. Pack in new 275 #. test corrugated containers filled to the top. Cartons shall be specifically manufactured to fit each component. 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 end of the carton ends. RETURN MATERIALS: Return all camera copies of furnished materials as received and two file copy printed samples. Inventory the NCI final film negatives in printer spreads (only 2 page films for book-work) and furnish copies of all the signed receipts in one package to Paul LaMasters, NCI Printing Officer, Office of Cancer Communications, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892. NEGATIVES: Compose negatives as 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 set 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. Label with: 00-NCI-PC-122 (composed negatives & color oks for storage) title of publication and each lot. SHIPPING: 10 "advances sample copies to: National Cancer Institute, Attn: Printing Officer, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892; Ship 15 "file copies to: Library of Congress, Madison Bldg., Exchange & Gift Division, Federal Documents Section, C Street, North East, (between1st & N Streets), Washington, DC 20540; Ship 730 "depository copies" to: US Government Printing Office, Depository Receiving Section, Jackson Alley, Room #A-150, Washington, DC 20401, Stop: SSLA, Attn: Mr. William Teele, Label cartons item #507-G-22; Ship the balance of bulk copies to: Aspen Systems, Inc., Attn: Mr. Andy McMahon, 1000 Haverhill Road, Baltimore, MD 21229, (410) 644-7853. Proofs will be withheld 3 working days from the item they are received until they are returned back to the contractor's facilities. 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 working days notice. Notify the NCI Printing Section on (301) 402-2624 of the day and time press sheets will be available for inspection. SCHEDULE: Display of materials at NCI, OCC, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892 on 08/24/00. Assuming an award date of 09/06//00, material shall be picked up on 09/05/00, 100,000 copies shall be delivered to destination identified in this solicitation on 10/12/00. NOTE: All copies of each lot due destinations as listed above. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions. On 11/02/00 the return of furnished materials and receipts shall occur. NOTE: Please be aware that without the return of all the furnished items, complete as specified within these printing specifications, payment will and 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. The contractor shall initiate contact with our warehouse, if the inventory control number is not furnished, prior to labeling any cartons. Receiving hours are 9:00 am -- 12:00 (noon) and 1:00 pm -4:00 pm, Mon-Fri. Call for delivery appointment prior to any bulk shipments. Ship the samples to National Cancer Institutes, Office of Cancer Communications, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892, Attn: Printing Officer, (301) 402-2624. Label each carton on one end with the NCI PC No., Title, Inventory Number and the Quantity per carton and per package [(00-NCI-PC-122)], Qty per package/qty. per carton), Title of Publication, Inventory No. Plastic strap band every skid twice in both directions over corrugated edge protectors and wooden skid tops, 40" x 48". Cover skids with plastic stretch wrapping after banding, tops and edge protectors. Affix a packing list for all deliveries. 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" from floor to top. The required pallet size dimensions are: Side Dimensions: 40" and Front Dimensions: 48". The cartons shall only be new 275 lb. test corrugated and specifically made to contain the products as specified, "PACKING". BASIS FOR AWARD: Award will be made to the responsible offeror with the responsive, lowest priced quote that fully meets the requirements of the solicitation. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-4, INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITIONS; FAR 52.213-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS-WITH DUNS NUMBER ADDENDUM, FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES, OR EXECUTIVE ORDERS-COMMERCIAL ITEMS-DEVIATIONS FOR SIMPLIFIED ACQUISITION. The following 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 CONTRACTOR REGISTRATION. Full text copies of the representations and certification for other cited provisions and clauses may be obtained on line at the NCIwebsite at http://amb.nci.nih.gov or from Cynthia Brown, Purchasing Agent, (301) 402-4509. OFFERS: Offers must be submitted on an SF-18 or SF1449 with a completed "Schedule of Supplies/Services". Quotation/Offers must be accompanied by a completed "Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum," signed by an authorized representative of the offeror. Offers/Quotations must be received in this office by 1:30 PM (Washington, DC Local time) on 09/01/00. Please refer to the solicitation number RFQ-NCI-00188 in your quotation. Posted 08/15/00 (W-SN486225). (0228)

Loren Data Corp. http://www.ld.com (SYN# 0129 20000817\T-0002.SOL)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |


Created on August 15, 2000 by Loren Data Corp. -- info@ld.com