Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS

T -- T-PHOTOGRAPHIC, MAPPING, PRINTING, & PUBLICATION SERVICES

Notice Date
August 8, 2001
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Room 608G, Rockville, MD, 20852
ZIP Code
20852
Solicitation Number
RFQ-NCI-10049-NQ
Response Due
September 7, 2001
Point of Contact
Cynthia Brown, Purchasing Agent, Phone (301) 496-8608, Fax (301) 402-4513, Email cb106x@nih.gov -- Gail Zois, Contract Specialist, Phone (301) 496-8613, Fax (301) 402-4513, Email gz23u@nih.gov
Description
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 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-10049-NQ, includes all applicable provisions and clauses in effect through FAR FAC 97-27. The acquisition will be made pursuant to the authority in FAR 13.5 to use 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 prospected offerors should have a copy of the booklet "Standard Technical Specifications for NCI Printing Requirement" (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. REQUIREMENT: Title: Understanding Breast Cancer Treatment. PRODUCT: 96 page text, 4 page BRC plus a wrap-around 4-page cover. QUALITY: Level 2 printing and finishing attributes are required for these specifications. Reference GPO Publication 310.1 for attribute requirements. Printing is the predominate production function and none shall be subcontracted. BASIS FOR AWARD: The actual award amount will be Ninety-nine Thousand-nine hundred and ninety-five Dollars ($99,995.00) for this procurement. The NCI's objective is to obtain the highest possible quantity for this specified dollar amount. The added rate per thousand "overs" will be used to either increase or decrease your bid price to reach this dollar amount. The failure to provide an added rate will render your firm's proposal non-responsive. QUANTITY: 10,000 copies and the final films as required in the production of printing. TRIM SIZE: 5-3/8" X 8-3/8", lay-flat binding along the 8-3/8" dimension. FURNISHED MATERIALS: A Zipdrive disk consisting of Adobe Illustrator art & Quark page layouts from desktop created files together with color proofs in "reader" page styles. The contractor shall also be provided 14 reflective full color illustrations. Files contain process color FPO's as well as all other EPS(8) elements. PROOFS: Provide two sets of laminated halftone dot proofs, from final films, stripped to show the full press sheet imposition, including colorbar, showing guide, gripper and ruled-up for all bindery marks of each form, plus 2 dylux proofs, with all elements in proper position, folded and trimmed to final size. NCI shall retain one complete set. Laminated proofs shall match the required PMS colors exactly or the contractor can, at their option, provide press proofs for evaluation. No "process build" or stochastic styled proofs are acceptable. PAPER: Covers -80 lb. white #1 dull finish cover, target brightness of 87(Celesta, Centura, Signature, Vintage, or an approved equal). BRC -110 lb. white Index (Exact or equal index stock). Text -80 lb. white #1 dull finish text, target brightness or 87 (Celesta, Centura, Signature, Vintage, or an approved equal). Only those papers listed above as approved #1 sheet equals will be considered. See the 34th edition (2000 -?01 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. American mill brand manufactured papers only, private label and or foreign manufactured papers shall not be acceptable. INKS: 4 color process, Yellow PMS 155, Blue PMS 3145 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: Lay-flat bind along the 8-3/8" dimension. Must be with a flexible spine and free-floating cover structure. Adhesive on spine 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. Hinge score, fold and apply cover by not/or cold glue process. Use of any alternate adhesives will not be acceptable. Hinge score the covers, running the cover paper grain parallel to the spine to prevent cracking and in the same signature size as the text forms. Trim 3 sides after binding to a final size after binding of 5-3/8" x 8-3/8". NOTE: No white space or ink gaps at the binding edge shall be allowed after binding. The contractor cannot insert any additional blank pages and spine type copy shall remain centered. SEPARATIONS: 14 (full page size) are required from reflective art containing flourescent pigments, 8 additional images are contained in the electronic media furnished as Illustrator EPS files. FORMAT: Text pages 1-96, BRC pages 1-4, cover pages 1-4. PRINTING: All text pages print in both PMS colors as well as Black type matter. Process illustrations are scattered throughout the text portion of pages. Some illustrations are used more than once in various locations. Several ghosted back 4 color process images are on pages 3, 4, 7 and 8. Gradient boxes are also scattered throughout the text portion, from 40% to zero using PMS 155 ink. Covers 1 and 4 print in 4 color process, PMS 155, PMS 3145 and Black Ink. A border of approximately 1/4" surrounds the process image on all four sides and prints solid PMS 155. Covers 2 and 3 print in solid PMS 3145 with Black type matter. BRC pages print in Black only. 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. Must be printed on a litho printing press capable of printing all the required ink colors with one pass through the press. Web run production equipment if used, shall be heat-set only. Ghosting & "In-line problems" shall not be acceptable. COATING: Overall aqueous coat, satin finish, outside cover 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 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 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 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: Plastic strap band in units of twenty copies only (paper bands and shrink wraps are NOT acceptable). Turn the items as required to make a neat stack. Pack in new 275 pound test corrugated containers filled to the top, 80 copies per carton. The cartons shall be specifically manufactured to fit this product. 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 of the carton ends. RETURN MATERIALS: Return all camera copy or furnished materials are received plus two file copy printed samples. Inventory the NCI final film negatives, create a digital deliverable (Macintosh compatible CD-Rom disk of the high res files) 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, Maryland 20892. NEGATIVES: Compose negatives as RRED final films in two page printer's spreads only, allowing a minimum of 1/2" 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 are 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. If digital direct-to-plate technologies were used, the contractor shall also be required to furnish films as a deliverable item upon request. Label: 01-NCI-PC-116, Understanding B.C. Treatment (composed negatives & oks for storage). SHIPPING: 10 advanced samples 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, (between 1st & 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: Ms. Lou Young, 1000 Haverhill Road, Baltimore, Maryland 21229, (410) 644-7742. Proofs will be withheld 3 working days from the time 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 (301) 402-2624 of the day and time press sheet 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 08/31/2001. Assuming an award date of 09/10/2001, material shall be picked up on 09/11/01, 2,000 copies due on 10/23/2001. Balance of copies due on 11/06/2001. All furnished materials, sample copies and receipts shall be returned on 11/13/2001. NOTE: Please be aware that without the return of all furnished items, complete as specified within these printing specifications, payment will be withheld until all materials are receive. Be prepared to furnish a signed receipt should your billing be delayed. This 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. Typically, this number is also listed on the lower right hand position. If the number is provided use it on the cartons. Receiving hours are 6:30 AM -- 12 (noon) and 1:00 PM -- 3:30 PM, Monday -- Friday. Call for delivery appointment prior to any bulk shipments. Ship the samples to: National Cancer Institute, 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. 01-NCI-PC-116 (qty per Package / qty. per carton) Understanding BC Treatment, Inventory No. P-458. Plastic strap band every skid twice in both directions over corrugated edge protectors using GPO styled pallets only, 48" x 40". Cover the pallet-skids with plastic stretch wrapping after plastic strap banding. Affix a packing list for deliveries to the last pallets loaded on the truck, facing the dock area. 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 tuck trailers. Stack skids not to exceed 50" from the floor to top. The required GPO styled pallet size dimensions are Side Dimensions: 40" and Front Dimensions: 48". All carton shall 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 contractor providing the highest possible quantity for a specified dollar amount that fully meets the requirements of this solicitation. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-4, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITION; FAR 52.213-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS-WITH DUNS NUMBER ADDENDUM, FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES, OR EXECUTIVE ORDERS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITION. 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 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 certifications for other cited provisions and clauses may be obtained on line at the NCI website 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 SF-1449 with 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 09/07/2001. Please refer to the solicitation number RFQ-NCI-10049-NQ. See numbered note #1.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/HHS/NIH/RCB/RFQ-NCI-10049-NQ/listing.html)
Record
Loren Data Corp. 20010810/TSOL005.HTM (D-220 SN50U3T6)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |
Created on August 8, 2001 by Loren Data Corp. -- info@ld.com