SOLICITATION NOTICE
T -- Printing and Printing Related Services
- Notice Date
- 9/1/2006
- Notice Type
- Solicitation Notice
- NAICS
- 323110
— Commercial Lithographic Printing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB(HL)-2006-206-MKL
- Response Due
- 9/15/2006
- Archive Date
- 9/30/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The National Heart, Lung, and Blood Institute (NHLBI), of the National Institutes of Health (NIH), intends to award multiple Blanket Purchase Agreements (BPAs) for printing and printing related services. These services include, but are not limited to, the following: printing, graphics, duplicating, bindery services, design and layout, electronic image setting, digital scanning, etc. It is anticipated that multiple Blanket Purchase Agreements (BPAs) will be issued for the procurement of these printing services. The North American Industry Classification System (NAICS) codes that will be used for this requirement are as follows: 323110 Print, Commercial Lithographic (Except Books, Grey Goods, Manifold Business Forms) 323111 Printing, Commercial Gravure (Except Books, Grey Goods, Manifold Business Forms) 323112 Printing, Commercial Flexographic (Except Books, Grey Goods, Manifold Business Forms) 323113 Printing, Commercial Screen (Except Books, Grey Goods, Manifold Business Forms) 323114 Printing, Quick 323115 Printing, Digital (E.G., Graphics, High Resolution, Billboards, Other Large Format Graphical Materials) 323117 Printing Books Without Publishing 323119 Printing, Other Commercial Printing (Except Books, Grey Goods, Manifold Business Forms) 323121 Printing Tradebinding and Related Work (1) Tradebinding; 2) Sample Mounting; and 3) Postpress services (E.G., Book or Paper Bronzing, Die-Cutting, Edging, Embossing, Foiling, Gilding, Gluing, Indexing) 323122 Printing Prepress Services (E.G., Imagesetting or Typesetting and Film and Platemaking). The objective of this procurement is to obtain printing and printing-related services to further the Institute?s mission for the translation and dissemination of research findings and scientific consensus from the NHLBI to health professionals, patients, and the public. The Statement of Work for the requirement is as follows: a. Proof inspections will be conducted at the National Institutes of Health, unless special arrangements are agreed upon. b. Press inspections conducted at the printer?s facility will require an appropriately lit area and use viewing boxes with 5,000 Kelvin or D50 lighting. No press inspections will occur at the press, unless requested by the Ordering Official. c. The Contractor shall provide a 3-day notification for press inspections. Any press inspections conducted at the printer?s facility shall be held between the hours of 9:00 a.m. and 4:00 p.m, Monday through Friday, excluding Government holidays, and when special arrangements are made by the Ordering Official(s). d. The Contractor is responsible for any subcontracted portions of the project and shall represent and accompany the Ordering Official at any press inspections at other facilities. The Contractor shall ensure that requirements are adhered to at the Subcontractor?s facility. e. Boxes shall be packaged and labeled with the contents, quantity, Record of Call number, and any other information that will facilitate an efficient delivery. f. The review and approval of proofs for each individual requirement may be made through fax transmission, electronic, overnight express delivery, or by special messenger services, as agreed to between the Project Officer and the Contractor. g. The specific job requirement (e.g., delivery schedule, turnaround time, etc.) will be established during the request for quotation process. Once a requirement is established for this service, and the requirement exceeds the micro-purchase threshold of $2,500, the Ordering Official must compete that requirement by soliciting quotations from a minimum of three (3) BPA vendors who were awarded contracts in support of this printing and printing-related services requirement. The rotation of contractors for each printing/printing-related requirement will be done sequentially based on the lists established by NAICS Codes and each contractor?s capabilities (including set-aside requirements) to perform under that NAICS Code. The rotation of contractors, for each requirement, will ensure maximum practicable competition among the multiple BPA contracts. h. The Contractor shall be required to load the original disk files on to its computer and manage any corrections that may occur while in press. If changes occur in press, the Contractor shall keep the files current. i. Upon completion of the project, the Contractor shall make a new disk containing the corrected Quark file (with pages in sequential order) and return both the original and new Quark disks to the Ordering Official(s) when the full shipment of the printed product is delivered. The size standard for the NAICS codes identified above is 500 employees. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. The anticipated period of performance is five (5) years from the date of award. The planned release date of the solicitation document is on or about September 18, 2006, with a due date of October 6, 2006. The solicitation will be available electronically on the Federal Business Opportunities website. It is expected that the contract award will occur on or about February 1, 2006. The Government will evaluate the proposals using the following criteria: 1) Operations and facilities that demonstrate the availability of state-of-the-art equipment and facilities to be used specifically to provide the required printing and printing related services; 2) Staff Capability and Experience, which includes the relationship between the relevant work experience and educational background of proposed staff, and their designated responsibility on the project, and the experience, technical competence, and time commitment of the offeror?s staff; and 3) Project Management and Administration, which includes the overall understanding of the specific services to be provided and the coordination that will be needed with NIH staff to successfully accomplish these services. This includes the managerial competence, experience, and time commitment of the project manager. Interested parties must submit a written request for a copy of solicitation number NHLBI-PB(HL)-2006-206/MKL to the National Heart, Lung, and Blood Institute, Office of Acquisitions, Procurement Branch, Rockledge Building 2, Room 6148, MSC 7902, 6701 Rockledge Drive, Bethesda, Maryland 20892-7902. Telephone number: (301) 435-0370, Attention: Melissa K. Lombardo. Written requests may be submitted by fax to (301) 480-3345 or by e-mail to lombardm@nhlbi.nih.gov.
- Record
- SN01132500-W 20060903/060901220547 (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 |