SOLICITATION NOTICE
T -- The Cancer Bulletin
- Notice Date
- 1/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 323110
— Commercial Lithographic Printing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
- ZIP Code
- 20852
- Solicitation Number
- RFQ-NCI-60032-NG
- Response Due
- 2/27/2006
- Archive Date
- 3/14/2006
- Small Business Set-Aside
- Total Small Business
- 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 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-60032-NG includes all applicable provisions and clauses in effect through FAR FAC 05-08 (January 2006) 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 Malinda Holdcraft, at (301) 402-4509. REQUIREMENT: The Cancer Bulletin (a weekly newsletter) PRODUCT: 8 page self cover booklet 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. BASIS FOR AWARD: Award shall be made to the contractor providing the best price for a set of two-hundred (200) copies per week. Partial payments will be approved on a monthly basis, not per issue. NOTE: The NCI has placed a locality production restriction of a 40 mile radius from the NIH main campus in Bethesda, Maryland to the contractor?s facilities. This is due to stringent turnaround time of required product. PERIOD OF PERFORMANCE: Base Year: March 27, 2006 - March 26, 2007 plus one (1) twelve (12) month option, March 27, 2007 - March 26, 2008. Contractors must price each year, (base and option). QUANTITY: 200 copies per weekly issue, (plus the samples required on page 4), on a few rare occasions additional copies will be requested, ... up to 500 pieces. TRIM SIZE: 8-3/8 inch x 10-7/8 inch, saddle wire stitch binding along the 10-7/8 inch dimension. FURNISHED MATERIALS: A press ready PDF will be emailed to the contractor by Wednesday at noon each week. Quarkxpress, Illustrator and Photoshop applications are used for desktop publishing. Delivery is to take place that same week, on Friday before close of business. PROOFS: Proofs are waived entirely after the first three issues are completed. Until then, the NCI will expect at least a faxed set of black and white lasers. An onsite quality control inspection will be done on the first issue, at a minimum. PAPER: Text -100 lb. white number1 Patina matte recycled text, target brightness of 90. (no alternative paper is acceptable). Only those papers listed above as approved equals will be considered. See the 39th edition (2005-?06 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: Commercial lithographic printing (2400 dpi Staccato 4/color process) only. No digital production press equipment is acceptable. BINDING: Saddle wire stitch binding twice through the spine along the 10-7/8 inch dimension. Bleed trim 3 sides after stitching to a final size after binding of 8-3/8 inch x 10-7/8 inch. No other alternate trim sizes shall be acceptable. Diecut channel score the outside spine fold to prevent cracking, (a rotary score on the stitcher or a litho press score is not acceptable). Do not pre-trim signatures and bind on a Rossback type of stitcher. See the provided similar samples. SEPARATIONS: None required, all are contained in the government?s furnished materials. FORMAT: Text pages 1-8. PRINTING: All text pages print in four color process lithographic Toyo inks using a 2400 DPI Staccato direct to plate process. NOTE: Traps and varnish/coating masks are entirely the contractor?s responsibility. Moderately heavy ink coverage is required and the contractor must take any and all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. This item 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 heat-set, Ultra Violet, or InfraRed dryer equipped presses only. Ghosting and in-line problems shall not be acceptable. COATING: Overall aqueous coat (satin finish) each page, because of drying time concerns. 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. 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 inch 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: Pack in new 44 pound edge crush test corrugated boxes filled to the top with 200 copies. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 38 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations allowed. Label or stencil on the carton ends. RETURN MATERIALS: Not applicable. SHIPPING: The advanced samples copies: must be received before any other location deliveries3 perfect bound advanced samples and all the cased copies to: NCI Printing, (301-402-2624), 6116 Executive Blvd., Room 3064, Rockville, MD 20852, Attn: Printing Officer. The advanced samples copies must be received before any other location deliveries. 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) 5285 Port Royal Road, Springfield, VA 22151. Ship 5 (NCI) C and I copies to: NIH Printing, Building 31 Room B-4B-N-08, 9000 Rockville Pike, Attn: Lisa Harper, Bethesda, MD 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 item #507-G-02. Ship 2 ?NCI file copies? to Attn: Mr. Jan Ehrman (301-496-4143), NIH, 9000 Rockville Pike, Building 31, Room 5-B-52, Bethesda, MD 20892. Ship balance of bulk copies to: National Cancer Institute, ATTN: Mr. Henry Ostapiej, Building #31, room 10-A-31, 9000 Rockville Pike, Bethesda, Maryland 20892 (301-451-6879) PROOFS: Will be reviewed (if possible!) by fax machine, but the contractor should assume this path to be temporary. PRESS SHEET INSPECTION: Requires as much notice as possible. Notify the NCI Printing Officer at 301-402-2624. SCHEDULE: Request for Quotations are due February 27, 2006 at 1 PM EST. Display of materials at NCI, OC PSB 6116 Executive Blvd. Room 3064 Rockville MD 20852 will be available January 31, 2006. Assuming an award date of March 1, 2006, material shall be picked up weekly on Wednesdays at 12:00 pm (noon) except for the weeks of: For the base year: July 2 - 8, 2006, November 19 - 25, 2006, December 24 - 30, 2006 and December 31 - January 6, 2007; For the option: July 1 - 7, 2007, November 18 - 24, 2007, December 23 - 29, 2007 and December 30 - January 5, 2008. Two-hundred (200) copies are due weekly at the NCI destinations as listed above. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distribution. NOTE: Return of furnished materials and receipts: Please be aware that (for this project only) returning of all the furnished materials, complete as specified within these printing specifications is not required. Payment will be withheld unless the contractor substantiates deliveries through receipts and sample file copy of each issue for the month, throughout the period of performance. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS FOR SIMPLIFIED ACQUISITION; FAR 52.212-3, 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-FOR SIMPLIFIED ACQUISITION. Far Clause 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE. 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 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 CONTRACTING REGISTRATIONS. 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 Malinda Holdcraft, Contract Specialist, (301) 402-4509. OFFERS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with Duns Number Addendum, signed by an authorized representative of the offeror or certification/validation of Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Applications (ORCA) (http://orca.bpn.gov). Offers/Quotations must be received in this office by 1:00 PM on February 27, 2006. Please refer to the solicitation number RFQ-NCI-60032-NG.
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN00974370-W 20060129/060127211737 (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 |