Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2002 FBO #0150
SOLICITATION NOTICE

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

Notice Date
4/29/2002
 
Notice Type
Solicitation Notice
 
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-20042-NQ
 
Response Due
5/30/2002
 
Archive Date
6/14/2002
 
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
The National Cancer Institute requires the following printing services and deliverables. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the 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-20042-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. 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 form Cynthia Brown, at (301) 402-4509. REQUIREMENT: Title: "Division of Cancer Epidemiology & Genetics Directory". PRODUCT: 250 page book with separate 4 page wrap-around cover. 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. QUANTITY: 7,000 copies and final films used in the production of printing. TRIM SIZE: 8-3/8" x 10-7/8", lay-flat binding on the 10-7/8" dimension. FURNISHED MATERIAL: a Zipdrive disk consisting of Adobe Illustrator art & Quark page layouts from desktop created files together with laser proofs in "reader" page styles. The contractor shall also receive 83 photo prints and one 3"x 4" transparency. All the images on the electronic files are FPO's only. PROOFS: Provide laminated halftone dot proofs, stripped to show the full press sheet imposition, including colorbar, showing guide, gripper and ruled-up for all bindery marks of each text form, plus a dylux proof, with all elements in proper position, folded and trimmed to final size. Additionally, one text form plus the cover signature are to be press proofed using only the equipment and raw materials proposed for the final product. All the laminated proofs shall match the required PMS colors exactly (DuPont Color Versatility proofs) or the contractor can, at their option, provide press proofs for evaluation. Process built digital or stochastic styled proofs are not acceptable. PAPER: Covers- 100 lb. white #1 dull finish cover, target brightness of 87. (Celesta, Centura, Signature, Vintage, or an approved equal). Text -80 lb. white #1 dull finish text, target brightness of 87. (Celesta, Centura, Signature, Vintage, or an approved equal). Only those papers listed above as approved #1 sheet equals will be considered. See the 34th edition (2000-01 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. American mill brand manufactured papers only, private label and or foreign manufactured papers are not acceptable. INKS: 4 color process, PMS 347, PMS 621 and dense 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-fed litho/20%, forms/20%. BINDING: Lay-flat binding along the 10-7/8" dimension is required. Must be with a flexible spine and free-floating cover structure. Adhesive on spine must be a water-based, cold emulsion P.U.R. (Polyurethane reactive) which is to remain flexible for the life of the binding. A reinforced crepe lining is also to wrap over the spine. Apply cover by hot/or cold glue process. Use of any alternate adhesives will not be acceptable. Score and hinge covers as necessary. Trim 3 sides after binding to 8-3/8"x 10-7/8". Run cover paper grain parallel to the spine to prevent cracking and in the same signature size as the text forms. No additional blank pages will be allowed. SEPARATIONS: One illustration for the cover is furnished on the disk, use 200 line screens. 83 halftones are square finish 2-1/8" square or smaller, from 5"x 7" prints. All the illustrations are scanable and the halftone photos should be scanned also, preferable on a Fuji ScanArt flatbed device. Velox proofing of a dozen random halftones (before production) is required. The selected illustrations shall include a multi-step grayscale with the advanced halftones, using 150 lines screens. FORMAT: Covers 1-4 with backstrip, pages I-248(the total is 250). PRINTING: Print covers 1 and 4 in a solid bleeding all sides background of Geo Black (40% screens of each C-M-Y plus 100% Black). Reverse to white text and rules prints on both pages together with one full color illustration and type matter in Solid PMS 347. Liquid U.V. spot coat the illustration with spot dull varnish on all other areas. The text pages 1, 3, 11, 12 (3 photos), 13-19, 21-23, 26, 29, 33, 37, 40, 42, 46, 49, 51, 54, 57, 59, 62, 65, 69, 73, 76, 82, 86, 89, 92, 95, 99, 191, 106, 109, 111, 115, 119, 122, 124, 127, 130, 134, 137, 139, 143, 146, 149, 153, 157, 160, 162, 165, 168, 171, 173, 177, 181, 183, 185, 188, 191, 194, 197, 201, 202 (2 photos, one is pick-up from a previous edition), 203, 207, 211, 215, 218, 221, 223, 227, 229, 232, 235 and 235 print halftones and black type matter together with PMS 621 as a second color. Divider pages 4-24 and 201-202 print in black text together with a solid bleeding all sides of PMS 621. Balance prints Black and PMS 621 only. NOTE: Very heavy ink coverage is required and the contractor must take all necessary precautions to present ghosting and lay a smooth, uniform ink film. "Ghosting & "in-line problems" shall not be acceptable. All components or signatures must be printed on a lithographic printing press capable of printing all the ink colors with one pass through the press. Do not assume that "sheet-fed perfecting" is acceptable to the government. An on-site inspection during the press makeready will use the following as the standard for acceptance on perfecting. If the government's representative is unable to determine by examination which side is first down, then "perfecting" is acceptable. Webs shall be heat-set only. COATING: Spot UV coat areas of the outside cover including the illustration & title. MARGINS: Bleeds, follows 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. 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 ? of one percent. Light and heavy inking is not allowed. The contractor must 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: Shrink wrap individual copies. Pack in new 275 pound test corrugated containers filled to the top. The cartons shall be specifically manufactured to fit this product. Maximum weight shall not exceed 48 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations shall be allowed. Label 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 Communications, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892. NEGATIVES: 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 press room 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 pressroom 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 deliverable item upon request. Label: 02-NCI-PC-062 (composed negatives & oks for storage) Division of Cancer Epidemiology & Genetics Directory. 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 "file copies" to: Library of Congress, Madison Building, Exchange & Gift Division, Federal Documents Section, C street, North East, (between 1st & N Streets), Washington, DC 20540; Ship 2 "depository copies" to: US Government Printing Office, Depository Receiving Section, Jackson Alley, Room #A-150, Washington, DC 20401, Stop: SSLA, Attn: Mr. William Teele, Label cartons item #507-G-02; Ship 350 sample copies to: the National Cancer Institute, Attention: Ms. Cathy McClave, 6120 Executive Blvd., (Executive Plaza South, Room 8062), Rockville, MD., 20892, (301) 496-6271; 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 the materials in the proper order as originally provided by the government. PRESS SHEET INSPECTION: Requires 5 working days notice. Notify the NCI Communications Office at (301) 402-2624 of the day and time press sheets will be available for inspection. SCHEDULE: Display of materials at NCI, OC, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892 on May 24, 2002. Assuming an award date of June 3, 2002, material shall be picked up on June 5, 2002, 1,000 copies shall be delivered on July 15, 2002, all copies shall be delivered to the destination identified in this solicitation on July 29, 2002 by 12:00 PM Local time (noon). On August 5, 2002 the return of furnished materials and receipts shall occur. NOTE: Please be aware that without the return of the furnished materials, complete as specified within these specifications, payment may be withheld until these materials are received. This package shall include copies of all bulk 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. Receiving hours are 9:00 AM - 12:00 (noon) and 1:00 - 4:00 PM, Monday - Friday. 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, 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 and per package.[(02-NCI-PC-062)], (individuals/qty per carton) Division of Cancer Epidemiology Directory, Inventory No. T-006. Plastic strap band every skid in both directions (twice) over corrugated edge protectors and wooden skid tops, then cover skids with plastic stretch wrap after banding, tops & edge protectors. Affix a packing list for all deliveries. Stack skids not to exceed 50" from the floor to top. Side Dimensions: 40", Front Dimensions: 48". All shall be four-sided entry and weight must not exceed 2,000 pounds, do not side load or double stack on the truck. 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 responsible offeror with the responsive, lowest priced quote that fully meets the requirements of the solicitation. PROVISION 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 CERTIFICATION-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; FAR 52.219-1, SMALL BUSINESS PROGRAM REPRESENTATIONS. 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 EAR; 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 competed "Schedule of Offered Supplies/Services". Quotation/Offers must be accompanied by a completed "Offeror Representations and Certification-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 May 30, 2002. Please refer to the solicitation number RFQ-NCI-20042-NQ in your quotation. NOTE: Faxed copies of offers are not acceptable.
 
Record
SN00067973-W 20020501/020429213206 (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.