Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
MODIFICATION

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

Notice Date
7/31/2002
 
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 Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-20062-NQ
 
Response Due
8/22/2002
 
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
**Modification to change Response DATE: The correct response date is August 22, 2002; 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-20062-NQ, includes all applicable provisions and clauses in effect through FAR FAC 01-08. This 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 Classifications 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, (301) 402-4509. REQUIREMENTS: Title: Making Health Communications Work. PRODUCT: 264 page text plus a separate 4 page wrap-around cover. QUALITY: Level 2 printing and finishing attributes are required for this specifications. Reference GPO Publication 310.1 for attribute requirements. Printing is the predominate production function and none shall be subcontracted. QUANTITY: 10,000 copies and the final films as required in the production of printing. TRIM SIZE: 8-3/8"x 10-7/8", Lay-flat binding along the 10-7/8" dimension. FURNISHED MATERIALS: Mac CD-Roms consisting of Adobe artwork & Quark pages together with marked-up color lasers. The contractor shall also receive (3) 2-1/4" square transparencies for color separations. Files contain the balance of the Hi-Resolution process images (20) as well as all other design elements. PROOFS: Provide 2 sets of laminated halftone dot "DuPont Color Versatility" proofs only, 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, 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. Digital "process build" or stochastic proofs are not acceptable. PAPER: Covers -100 lb. white premium, dull recycled cover, target brightness of 90. (Strobe, Utopia, Vintage Velvet or an approved equal). Text -80 lb. white #1 Patina matte finish text, target brightness of 90. (Frostbrite, Mountie, Moistrite or an approved equal). Only those papers listed above as approved #1 sheet equals will be considered. See the 35th edition ('01-02' 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 shall not be acceptable. INKS: 4/C process, PMS 102 Yellow, PMS 2747 Blue, PMS Rhodamine Red 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-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, hot 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 fold and hinge as necessary. Trim three 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 format as the text forms. Special attention in folding and binding is necessitated by the fact that the design incorporates a bleeding tab-styled face trim "index" as well as footer page numbers knocked out of a solid PMS color. These elements must properly align prior to a OK being given during the required bindery inspection. SEPARATIONS: Three required, all other process images are contained in the CD-Rom(s). FORMAT: Text pages 1-264, cover pages 1-4. PRINTING: Print covers 1 and 4 in a solid bleeding all sides background of 100% PMS Rhodamine Red. Type, rules and logos are knocked-out and appearing as either reversed to white, 100% Solid PMS 2747 Blue or PMS 102 Yellow. Headlines and text copy also are reproduced using a 60% screen of Rhodamine Red on both pages. Covers 2 and 3 print a 100% solid bleeding all sides background of PMS 2747 with the spine area and lay-flat binding edges kept free of all ink and coatings. Text pages 12, 17, 21, 28, 39, 40, 49, 58, 76, 78, 83, 86, 92, 104, 109, 111, 121, 127, 128, 142, 155, 164 1and 170 each print with a full process color art illustration or photograph trapping background and appearing in black ink. Text pages 179 through 264 print in screens and solids of PM S2747 only. Print the balance of the text in PMS 2747 Blue, PMS Rhodamine Red and Black 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. 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, (during the 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. The inspector will request 3 consecutive sheets from each press pull. Web equipment shall be heat-set only. COATING: Aqueous coat, satin finish, the outside covers 1 through 4 only. The compatibility between coatings, inks and adhesives is solely the printer?s responsibility. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the camera copy is an integral part 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 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 or shrink wrap in units of five copies only. Turn the items if required to make a neat stack. Pack in new 275 pound test corrugated containers filled to the top, 20 copies per carton. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 48 lbs. per carton. Products must lay flat, do not stand upright in the cartons. No packaging deviations shall be allowed. Label or stencil on one of the cartons 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, Maryland 20892. NEGATIVES: The contractor shall inventory all the final negatives within their facilities until called for return by the government. Ownership of these film 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 a deliverable item upon request. Label: 02-NCI-PC-087, Making Health Communications Work(composed negatives & color 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, Maryland 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 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 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 & BINDERY INSPECTION: Each requires 5 working days notice. Notify the NCI Office of Communications (301) 402-2624 of the day and time press sheet will be available for inspection. SCHEDULE: Display of materials at NCI, OC, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, Maryland 20892 on 08/13/2002. Assuming an award date of 08/26/2002, material shall be pickup on 08/27/2002, 1,000 copies shall be due by noon on 10/15/2002, balance of copies are due on 10/29/2002. All furnished materials, sample copies and receipts shall be returned on 11/06/2002. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions. NOTE: Please be aware that without the return of all the furnished items, complete as specified within these printing specifications, payment will/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 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 Number and the Quantity per carton & per package. 02-NCI-PC-87(qty per package/qty per carton) Making Health Communications Work, Inventory No. P-935. 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 afer plastic strap banding. Affix a packing list for deliveries to the last pallets loaded on the truck, facing the dock. All skids shall be dour-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 top. The required GPO Styled pallet size dimensions are: Side Dimensions: 48" and Front Dimensions 40". All 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 lowest cost the 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 clauses 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 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 08/22/2002. Please refer to the solicitation number RFQ-NCI-20062-NQ. See numbered Note 1.
 
Record
SN00129156-W 20020802/020731213356 (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.