COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643 Peace Corps, Office of Contracts, Rm. 1420E, 1111 2O th St. N.W.,
Washington, DC 20526 T -- PRINTING OF A PEACE CORPS RECURITMENT CATALOGUE SOL
PCORPS-00-R-1002 DUE 072500 POC Judith Dawes (202) 692-1624 E-MAIL:
jdawes@peacecorps.gov, jdawes@peacecorps.gov. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. The closing date and time for receipt
of proposals is July 25, 2000 at 3:00 p.m. local time, 1111 20th
Street, NW, Washington, DC, 4th floor, Room 4409, Attn: Judith Dawes,
Contracting Officer, (202) 692-1624. The SIC Code is 2759 and the small
business size standard is 500 employees. This solicitation is issued as
a Request for Proposals (RFP). Peace Corps intends to award an
indefinite -quantity/task order type contract for one year with two one
year options. Minimum order will be this Task Order No. 1 in the base
year. No other orders are guaranteed. Maximum order will be $250,000.
Peace Corps anticipates all Task Orders to be Firm Fixed Price. The
Peace Corps seeks the services of a commercial printer to print a
four-color catalogue for Peace Corps new marketing campaign to be
launched in late August 2000. The contractor shall provide such
operations as disk output, color separation, film making, proofs,
printing, binding, packing, and distribution to produce 100,000,
125,000 or 150,000 copies. Printing must be done in-house,
subcontracting is not allowed. Frequency of Orders: one time only
Quantity: 100,000, 125,000 or 150,000 copies exact quantity will be
stated on each individual order 5% overrun /underrun. Trim Size: 8.125
x 10.5-8.5 x 11". Number of Pages: 48 pages plus cover. Schedule: Copy
to Contractor: mid to late August 2000. All print and bindery work has
to be completed by Sept 12, 2000. Peace Corps to Furnish: Pages will
be furnished on disk, prepared in QuarkXpress, and artwork in Adobe
Illustrator or Adobe Photoshop. Screen and printer fonts will also be
furnished. A laser-printed dummy and color proofs will be furnished for
reference. The contractor may have to scan in a halftone. Contractor to
Furnish: All materials and operations, other than those listed under
"Peace Corps to Furnish", necessary to produce the product in
accordance with these specifications. Composition: Output for both film
or paper must be from a high-resolution (2400 dots per inch or higher)
PostScript compatible printer. No alternate typefaces will be allowed.
Films: Contractor must make all required films. All halftones are to be
133-line screen or finer. Proofs: One set of composite Blueline proofs
one set and Chromatin or MatchPrint of the entire publication.
Blueline proofs shall consist of complete signatures with all
illustrations in proper position (not pasted up), and all pages imposed
in correct location, exposed face and back, folded and trimmed to the
finished size of the product. Chromatin/MatchPrint proofs must show
color, as close as possible, to how it will look when printed. Proofs
must be delivered to Peace Corps. If any contractor's errors require
revised proofs, the revised proofs areto be provided at no expense to
the Government. No extra time can be allowed for this reproofing.
Contractor must not print prior to receipt of an "OK to print". Paper:
All text stock is to be 80lb white dull coated book, recycled. All
cover stock must be 80lb Dull Coated, cover All paper must be uniform
in shade and texture/composition. Contractors must submit paper samples
(five sheets of 8-1/2 x 11"), for approval. Paper samples must be
marked with the manufacturer and brand name. Printing print head to
head. Four color process must be printed on a press capable of printing
four colors in a single pass through the press (minimum four printing
units). Four-color process printing through out. Pages cover will
usually bleed and some of the text pages will also contain images that
bleed. Gloss varnish on cover. Gloss varnish must be clear, smooth,
non-yellowing, and prevent scratching, smearing, or finger printing.
Facing pages prints to and must align across the bind. Several pages
print across the bind. Vertical and/or horizontal deviation of facing
pages must not exceed 1/32". Press Sheet Inspections: Final make-ready
press sheets will be inspected and approved at the contractor's plant
for the purpose of establishing specified standards for use during the
actual press run. Upon approval of the sheets, the contractor is
charged with maintaining those standards throughout the press run and
with discarding all make-ready sheets that preceded approval. Note: A
press sheet inspection is for the purpose of setting specific standards
that are to be maintained throughout the entire run. It does not
constitute a prior approval of the entire run. In order for proper
arrangements to be made, press inspection notification must be given at
least one week prior to the inspections. Binding Saddle-wire stitch in
two places and trim on three sides. Quality: Printer must be capable
for printing high quality work and have experience in printing
magazines and large piece marketing materials. Printer must be capable
of printing quality work, at a minimum, comparable to a Government
Printing Office quality level 1. Rejection of Workmanship: Inferior and
unsatisfactory workmanship as determined by the Peace Corps Contracting
Officer's Technical Representative (COTR) shall be rejected and
reported to the contractor who shall correct the deficiency, at no
additional cost to the Peace Corps, within 48 hours following receipt
of written notice of rejection. Packaging: Pack in shipping containers.
Pack so that no damage occurs to publications. Each shipping container
must not exceed 30 pounds when fully packed. Packaging shall be in
accordance with good commercial practice and adequate to insure
acceptance by common carrier and safe transportation at the most
economical rates. Each carton must be labeled with the title of the
publication, the issue number, and the enclosed quantity in each
carton. The contractor is responsible for having all copies delivered.
The majority of the order must be delivered to: SOC Warehouse, 2416
Oakville Street, Alexandria, VA 22301 balance of the order, along with
all furnished material, should be delivered to: Peace Corps 1111 20tth
Street, NW, Washington, DC 20526. Exact quantities will be furnished
with each order. Deliveries made to SOC must be delivered on a dock
high truck and the contractor is responsible for unloading. Inside
delivery is required for orders delivering to Peace Corps. Price/Cost:
The contractor shall be paid, upon the submission of proper vouchers,
and acceptance of services, the amounts specified below, as full
consideration for all effort provided herein. Option 1: 48 pages plus
cover- $____________ per 100,000 book using the attached
specifications. Each additional 1,000 copies at the rate of
$__________. Option 2: 48 pages plus cover -- $____________ per 125,000
book using the attached specifications. Each additional 1,000 copies at
the rate of $__________. Option 3: 48 pages plus cover -- $____________
per 150,000 book using the attached specifications. Each additional
1,000 copies at the rate of $__________. If you are bidding on printing
a book in a size other than listed above, indicate the size you are
bidding on _______________ Author's Alterations/Proof Changes: Peace
Corps may make changes to proofs on the disk(s), the contractor is to
output the film again and strip into the flat. Contractor must submit
a price for the negatives along with the price for restripping the
negatives. Peace Corps must specifically request any other author's
alterations and the cost negotiated at that time. Unit price of
$_________ per page Revised Bluelines: $__________ per each set of
blueline proofs. This solicitation document and following incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-04: 52.212-1 Instructions to Offerors-Commercial Items.
Offeror's shall include in their proposal to the Government at least 10
samples of previous printing products that are close to the
specifications of the Peace Corps one book and 10 paper samples of
cover stocks and both text stocks, along with a description of the
offeror's prior experience, facilities, and equipment. Offerors shall
submit two separate proposals: one technical (including samples) and
one cost. 52.212-2 Evaluation-Commercial Items, para (a) is filled in
as follows: "The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous to the Government, price, and
other factors considered. The following factors, listed in descending
order of importance, shall be used to evaluate offers: 1) Prior
relevant experience; 2) Quality of samples-Evenness of ink;
Reproduction of four color process photos; Reproduction of halftones;
Correct registration; Quality of binding and trimming; 3)
Relevant/Equipment; and 4) Price. 52.212-3 Offeror Representations and
Certifications-Offerors must include completed copy with their
offer.52.212-4 Contract Terms and Conditions-Commercial Items. Posted
07/13/00 (W-SN474457). (0195) Loren Data Corp. http://www.ld.com (SYN# 0114 20000717\T-0004.SOL)
| T - Photographic, Mapping, Printing and Publication Services Index
|
Issue Index |
Created on July 13, 2000 by Loren Data Corp. --
info@ld.com
|
|
|