Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2002 FBO #0081
MODIFICATION

T -- T-Photographic, mapping, printing, & publication services

Notice Date
2/19/2002
 
Notice Type
Modification
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Room 604, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-20020-NQ
 
Response Due
2/21/2002
 
Archive Date
3/8/2002
 
Point of Contact
Cynthia Brown, Purchasing Agent, Phone (301) 496-8608, Fax (301) 402-4513, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
cb106x@nih.gov, rasmusc@mail.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Please note: the above referenced Solicitation Number:RFQ-NCI-20020-NQ has been amended as follows: Quote/Bids are due no later than 2/21/2002 at 1:30 PM EST, all other information remains the same: **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-20020-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 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 Cynthia Brown, at (301) 402-4509. REQUIREMENTS: Young People With Cancer (revised issue). PRODUCT: 116 page text plus a separate 4 page cover. QUALITY: Level 1 printing and finishing attributes are required for this specification. Reference GPO Publication 310.1 for attribute requirements. Printing is the predominant production function and none shall be subcontracted. QUANTITY: 20,000 copies and the final films as required in the production of printing. TRIM SIZE: 5-7/8" x 9-1/8", lay-flat binding on the 9-1/8" dimension. FURNISHED MATERIALS: 1 Zipdisk consisting of Adobe art & Quark page layouts from desktop created files together with laminated color proofs. The contractor shall RIP films from a Hi-Res drum device only, Capstan output is not acceptable. Files contain Hi-Res process images as well as all other design elements. 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 build" or stochastic styled proofs are acceptable. PAPER: Cover -80 lb. white #1 Patina matte finish cover, target brightness of 87. (Frostbrite, Mountie, Moistrite or an approved equal). Text -80 lb. white #1 Patina matte finish text, target brightness of 87. (Frostbrite, Marcy, Mountie, Moistrite 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: 4 color process, PMS 127, PMS 327 and Black Ink. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Lay-flat binding required. Must be with a flexible spine and free-floating cover structure. Adhesive on spine must be water-based, cold emulsion PVA (polyvinyl acetate) which remains flexible for life of the binding. A reinforced crepe lining is to wrap over the spine. Apply cover by hot/or cold glue process. Use of alternate adhesives will not be acceptable. Score along fold and hinge as necessary. Run cover paper grain parallel to the spine to prevent cracking and in the same signature size as the text forms. Diecut channel score all the cover folds to prevent cracking, (litho press score and/or a rotary score on the binder) is not acceptable. SEPARATIONS: 21 separations are required from the electronic EPS (Illustrator 8) file images furnished by the government {approximate reproduction sizes are (1) full page, (5) 1/4 page and (15) 1/2 page}. Use 175 line screens at a minimum. FORMAT: Text pages 1-116, cover pages 1-4. PRINTING: Print covers 1 and 4 in a solid bleeding all sides background of PMS 127. Black overprint text and rules prints on both pages with a reversed to white box on cover 1. One full color illustration drops into this box with approximately 1/8" white on four sides, (also appearing on cover 4). Covers 2 and 3 print a solid bleeding all sides of PMS 127, 327 and dense Black. Printing is solid PMS 327, 4/C process inks and dense black text copy. Text pages 1, 6, 10, 14, 12, 16, 18, 22, 25, 30, 35, 37, 53, 60, 76, 82, 86, 88, 91 and 101 print a solid bleeding all sides background in solid PMS 327 with a full process color art illustration trapping background and appearing in black ink. Print the balance of the text in 5% screens of Cyan, 20% screens of Magenta plus dense Black and PMS 327 Green inks. NOTE: Heavy ink coverage is required and the contractor must take all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. "Ghosting & in-line problems" shall not be acceptable. Both cover and text signatures must be printed on a lithographic printing press capable of printing all the ink colors with one pass through the press. Web-fed lithographic production equipment if used, shall be heat-set only. COATING: Spot aqueous coat, satin finish, the outside covers 1 through 4 only. Keep the spine area clean of ink and coating to insure proper adhesion in binding. A "dry-trapped" overall dull varnish may NOT be substituted at the contractor's option. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the camera copy is an integral party 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 SHEET 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. 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 49 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 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 printers's spreads only, allowing a minimum of 1/2" working margins on all sides, using .007 film, (.004 film is allowed if the 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: 02-NCI-PC-032, Young People With Cancer (composed negatives & oks for storage). 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 the balance of bulk copies to: Aspen Systems, Inc., Attn: Ms. Lou Young, 1000 Haverhill Road, Baltimore, Maryland 21229, (410) 644-7742. PROOFS: Proofs will be withheld 3 working days from the time they are received until they are returned back tot he 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 20829 on 02/15/2002. Assuming an award date of 2/21/2002, material shall be picked up on 2/22/2002, 20,000 copies shall be due on 3/29/2002. All furnished materials, sample copies and receipts shall be returned on 4/5/2002. NOTE: Please be aware that without the return of all the furnished items, complete as specified within these printing specifications, payment will and can be withheld until all these 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 back cover of all the publications, in the lower right hand position by the spine. If the number is provided use it on the cartons. Receiving hours are 6:30 AM - 3:30 PM,. Monday-Friday (except for federal holidays). 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. 02-NCI-PC-032 (qty per package/qty per carton) Young People With Cancer, Inventory No. Plastic strap band every skid twice in both directions over corrugated edge protectors using GPO styled pallets only, 40" x 48". 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. 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 truck trailers. Stack skids not to exceed 50" from the floor to the top. The required GPO styled pallet size dimensions are Side Dimensions: 40" and Front Dimensions: 48". All cartons shall be new, 275 pound test corrugated and specifically made to contain the products as specified, "PACKING". Basis for award: Award will be made to the contractor providing the lowest cost 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-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 February 21, 2002. Please refer to the solicitation number RFQ-NCI-20020-NQ. See numbered Note #1.
 
Record
SN00027838-W 20020221/020219221505 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.