Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

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

Notice Date
8/5/2002
 
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 Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-20094-NQ
 
Response Due
9/4/2002
 
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, cr214i@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 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, RFQ-NCI-20094-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 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: Title: What You Need to Know about Melanoma. BASIS FOR AWARD: Award will be made to the contractor providing the highest possible quantity for a set amount of $75000.00. The added rate per thousand "overs" will/could be used to either increase or decrease your firm's bid price to reach this dollar amount. PRODUCT: 52 page text with separate 4 page wrap-around cover. QUALITITY: 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 final films used in the production of printing. TRIM SIZE: 5-3/8" x 8-3/8", saddle wire stitch binding on the 8-3/8" dimension. FURNISHED MATERIALS: 56 electronic page mechanicals with laser proofs, 2 reflective illustrations, Black and white only, and a set of 35mm color slides for six additional separations. A printed similar previous sample as a guide for assembly and binding requirements is also enclosed. PROOFS: Provide two sets of 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. All the laminated proofs shall match the required PMS colors exactly (only 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 -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 35th edition ('01-'02 issue) of the Competitive Grade Finder. 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 153 (Brown) and dense Black Ink. Solid inks required, no builds allowed. Inks shall contain minimum percentage of vegetable oil in compliance with federal procurement mandates. 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: Six required, from 35 mm transparencies. Localized systems work will also be required to match the flesh tone backgrounds of the skin in these photos. The photography was done under various lighting conditions necessitating the color corrections. NOTE: The corrections can not affect the images of the melanoma samples used in medical examinations. PRINTING: Print outside covers 1 and 4 in a solid and two flat tint areas bleeding all sides of PMS 153. 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 153 with black text, keylines and a rule and cover 3 prints as black type matter only. Text pages 5 and 40-41 each contains line art illustrations reproducing in solid black ink with text and rules plus the illustration on page 5 has a solid PMS 153 background (from separate furnished rubylith artwork). Text pages 12 and 13 print in four process colors inks and PM S153. The separations for these six illustrations will require extensive "systems work" to match all the fleshtone backgrounds without modifying the subject matter. Text pages 11, 16, 20 and 31 each print with a 20% screen of PMS 153 with black text, keylines and a rule. Text pages 3-6, 8, 12, 13, 15, 16, 18, 26, 29-32, 34, 35, 48 and 49 print a solid PMS 153 first character reversed box plus black ink type matter and rules. Text page 2 and 52 are 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 all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. Ghosting & in-line problems shall not be acceptable. All signatures must be printed on a lithographic press capable of printing all ink colors plus the complete color bar as specified in one pass. Do not assume "perfecting" is acceptable to the government. The inspector shall use the following criteria to determine acceptability. If the inspector is unable to determine by examination which is first down then press perfecting is acceptable. Web run equipment if used, shall be litho heat-set only. 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 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 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: Plastic strap band in units of 20 copies only (paper bands and/or 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 36 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 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 governments 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-108 (negatives for storage) "What You Need To Know ..etc". 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 the balance of bulk copies to: Aspen Systems, Inc., 1000 Haverhill Road, Baltimore, MD 21229, (410) 644-7853; Ship 2 "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. 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 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 Office of Communications (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 08/29/2002. Assuming an award date of 09/06/2002, material shall be picked up on 09/09/2002, 10,000 copies shall be due on 10/21/2002; balance of copies are due on 11/04/02/2002. All furnished materials, sample copies and receipts shall be returned on 11/12//2002. 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. The package shall include copies of all 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. Typically, this number is also listed on the lower right hand position. Receiving hours are 6:30 AM- 12:00 (Noon) and 1:00 PM - 3:30 PM, Monday - Friday (except Federal Holidays). Call for delivery appointment prior to any bulk shipments, Aspen Systems, Inc., 1000 Haverhill Road, Baltimore, Maryland 21229, Attn: Ms. Lou Young, (410) 644-7742). 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 No. and the Quantity per carton & per package. 02-NCI-PC-108 (qty per package/qty per carton) What You Need to ...etc, Inventory No. P-027. Plastic strap band every skid twice in both directions over corrugated edge protectors using GPO 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. 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 top. The required GPO pallet size dimensions are: Side Dimensions: 40" and Front Dimensions: 48". 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 highest possible quantity for a set amount of $75000.00. The added rate per thousand "overs" will/could be used to either increase or decrease your firm's bid price to reach this dollar amount. This failure to provide an added rate will render your firm's proposal non-responsive. 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 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 form 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 09/04/2002. Please refer to solicitation number RFQ-NCI-20094-NQ. See numbered note 1.
 
Record
SN00132277-W 20020807/020805213253 (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.