COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS
T -- T-PHOTOGRAPHIC, MAPPING, PRINTING, & PUBLICATION SERVICES
- Notice Date
- August 20, 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-10056-NQ
- Response Due
- September 19, 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 announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, No. RFQ-NCI-10056-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. REQUIREMENTS: Title: "What You Need To Know about Breast Cancer" -Spanish. PRODUCT: 60 page text with separate 4 page wrap-around cover. BASIS OF AWARD: The actual award amount will be Thirty Thousand Dollars ($30,000) for this procurement. The NCI's objective is to obtain the highest possible quantity for this specified dollar amount. The added rate per thousand sets of "overs" will be used to either increase or decrease your firm's bid price to reach this dollar amount. The failure to provide an added rate will render your firm's proposal non-responsive. QUALITY: Level 2 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. QUANTITY: 50,000 copies and final films used in the production of printing. TRIM SIZE: 5-3/8" x 8-3/8", saddle wire stitch binding on the production of printing. FURNISHED MATERIALS: 1 Macintosh Zipdisk consisting of Adobe art & Quark page layouts from desktop created files together with 6 reflective illustrations. The contractor shall RIP films from a Hi-Res drum device only, Capstan is not acceptable. PROOFS: Provide 2 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 builds" or stochastic styled proofs are acceptable. PAPER: Covers -80 lb. white #1 matte finish cover, minimum brightness of 86 (Patina, Frostbrite, Moistrite, Mountie, or an approved equal). Text -70 lb. white #1 offset opaque text, target brightness of 90 (Hammermill, Simpson, Springhill, or an approved equal). Only those papers listed above as approved #1 sheet equals will be considered. See the 34th edition ('00-'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. 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. INKS: PMS 232 Pink 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 litho/20%. BINDING: Saddle stitch twice through the spine along the 8-3/8" dimension. Bleed trim on 3 sides to a final size after binding of 5-3/8" x 8-3/8". Alternate trim sizes shall not be acceptable. Each signature must be a complete four page component, short trimmed or binding lip attachment methods shall not be acceptable. Steel rule die-strike the cover fold to prevent cracking, a litho press score or a rotary stitcher score is not acceptable. Run the cover paper grain parallel to the spine. SEPARATIONS: None required. FORMAT: Covers 1-4, text pages 1-60. PRINTING: Print outside covers 1 and 4 in a solid and two flat tint areas bleeding all sides of PMS 313. Black overprint text and rules prints on both pages with a reversed to white headline on cover 1. Covers 2 prints with a 20% screen of PMS 313 with black text, keylines and a rule and cover 3 prints as black type matter only. Text pages 3, 17, 18 and 19 each contains line art illustrations reproducing in solid black ink with text and rules plus a 20% screened PMS 313 background (from separate furnished reflective artwork). Text pages 10, 12, 18, 20 and 21 prints with a 20% screen of PMS 313 with black text, keylines and a rule. Text pages 14, 16, and 17 prints with a 20% screen of PMS 313 with black text, keylines and a rule. Text pages 3-6, 8-10, 11, 13, 18, 19, 21-24, 34, 36, 37 and 38 print a solid PMS 313 first character reversed box plus black ink type matter and rules. Text pages 2 is blank and the balance of the text prints in black ink from all line artwork. NOTE: Heavy ink coverage is required and the contractor must take any and all necessary precautions to prevent ghosting & lay a smooth uniform ink film. Text & covers must 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 within these specifications. Web fed printing techniques shall be on heat-set equipment only. Do not assume "perfecting" is acceptable to the quality control inspector. Ghosting & "in-line problems" shall not be acceptable. COATING: Overall (satin finish) aqueous coat the outside covers only. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the furnished materials/camera copy is an integral part of these specifications. No additional payment shall be allowed due the contractor's failure to examine the copy and thoroughly understand the nature and extend 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" 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 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 20 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, 160 copies per carton. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 40 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 of furnished materials as 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 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. 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-125 (negatives for storage) "What You Need To Know.. Breast Cancer". SHIPPING: 10 advanced sample copies to: National Cancer Institute, Attn: Printing Officer, Building #31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892; ship 15 files 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: 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, MD 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 all the art/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 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 09/13/2001. Assuming an award date of 09/21/2001, material shall be picked up on 09/24/2001. 10,000 copies will be due on 10/26/2001. Balance of copies will be due on 11/9/2001. Return of furnished materials, sample copies and receipts will be due on 11/16/2001. 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 received. Be prepared to furnish a signed receipt should your billing be delayed. The package shall include copies of all the 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 -- 12:00 (noon) and 1:00 PM -- 3:30 PM, Monday -- Friday. Ship the samples to: National Cancer Institute, Office of Cancer Communications, Building #31, Room #10-A-28, 9000 Rockville Pike, Bethesda, Maryland 20892, Attn: Printing Officer (301) 402-2624. Label each carton on one end with the NCI PC No., Title, Inventory No. and the Quantity per carton & per package. 01-NCI-PC-125 (qty per package/qty per carton) What You Need To.. Breast (Spanish) Inventory No. 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 50" from the floor to top. The required GPO styled 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 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 ACQUISITIONS; 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-DEVIATIONS FOR SIMPLIFIED ACQUISITIONS. 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. Offeres/Quotations must be received in this office by 1:30 PM (Washington, DC Local Time) on 09/19/2001. Please refer to the solicitation number RFQ-NCI-10056-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-10056-NQ/listing.html)
- Record
- Loren Data Corp. 20010822/TSOL008.HTM (D-232 SN50V3V9)
| T - Photographic, Mapping, Printing and Publication Services Index
|
Issue Index |
Created on August 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|