Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

T -- T-Breast Surgery Options & Follow-up Care

Notice Date
8/14/2002
 
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-20103-NQ
 
Response Due
9/16/2002
 
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-20103-NQ, includes all applicable provisions and clauses in effect through FAR FAC 01-08. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial items. The 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: Breast Surgery Options & Follow-up Care. PRODUCT: 60 page text, 4 page BRC plus a wrap-around cover. BASIS FOR AWARD: Award will be made to the contractor providing the highest possible quantity for a set amount of $150000.00. The added rate per set of "thousand" will/could be used to either increase or decrease your firm?s bid price to reach this dollar mount. 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 specifications. Reference GPO Publication 310.1 for attribute requirements. Printing is the predominate production function and none shall be subcontracted. QUANTITY: 100,000 copies and the final films as required in the production of printing. TRIM SIZE: 5-3/8" X 8-3/8", saddle wire stitch binding along the 8-3/8" dimension. FURNISHED MATERIALS: A Zipdrive disk consisting of Adobe Illustrator art & Quark page layouts from desktop created files together with color proofs in "reader" page styles. The contractor shall also be provided 13 reflective full color illustrations. Files contain process color FPO's as well as all other EPS(8) elements. PROOFS: Provide 2 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 proofs, 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 dull finish cover, target brightness of 87. (Celesta, Centura, Signature, Vintage, or an approved equal). BRC -110 lb white index (Exact or equal index stock). (Celesta, Centura, Signature, Vintage, or an approved equal). Only those papers listed above as approved #1 sheet equals will be considered. See the 35th edition (2001-02 issue) of the Competitive Grade Finder. Both the text stock and cover stocks must be the same brand name items, and all the leaves within each book must be matching. American mill brand name manufactured papers only, private label papers and or foreign manufactured papers shall not be acceptable. INKS: 4 color process, Yellow PMS 155, Blue PMS 3145 and 4/color process ink. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Saddle stitch twice through the spine along the 8-3/8' dimension. Bleed trim all sides to a final size after binding of 5-3/8" x 8-3/8". Each signature must be a complete 4 page component, short trimmed or binding lip attachment methods shall not be acceptable. Insert eh BRC between the text and cover signatures. Perforate page 3 of the BRC approximately 3/16" from the spine edge. Diecut channel score the cover fold to prevent cracking, (litho press score and/or a rotary score on the stitcher) is not acceptable. Run all the cover paper grain parallel to the spine. SEPARATIONS: 13 (full page size) are required from reflective art containing flourescent pigments, 8 additional images are contained in the electronic media furnished as illustrator EPS files. FORMAT: Text pages 1-60, BRC pages 1-4, cover pages 1-4. PRINTING: All text pages print in both PMS color as well as Black type matter. Process illustrations are on pages 2, 3, 5, 6, 7, 12, 26, 30-31, 34, 45, 53, 55, 56, 69 and 60. Some illustrations are used more than once in various locations. Gradient boxes are scattered throughout the text portion, from 40% to zero using PMS 155 ink. Covers 1 and 4 print in 4 color process, PMS 155, PMS 3145 and Black Ink. A border of approximately 1/4" surrounds the process image on all four sides and prints solid PMS 155. Covers 2 and 3 print in solid PMS 3145 with Black type matter. BRC pages print in Black only with a 150 line screen halftone on page 1. Ghosted back 4 color process images are on pages 3, 4, 7 and 8. NOTE: The furnished electronic files do not contain varnish masks, or traps and the contractor shall create these items as part of their production. Heavy coverage is required and the contractor must take all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. Must be printed on a litho printing press capable of printing all the required ink colors with one pass through the press. Web run production equipment if used, shall be heat-set only. Ghosting & "in-line problems" shall not be acceptable. COATING: Overall aqueous coat, satin finish, outside cover pages 1 and 4 only. Dull varnish is not acceptable as an option to aqueous coating. 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 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, of 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 required 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 in units of twenty copies, turn the groups as necessary to form a neat stack. Pack in new 275 pound test corrugated containers filled to the top. 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 cartons. No packaging deviations allowed. Label or stencil on the carton ends. RETURN MATERIALS: Return all camera copy or furnished materials as received and two file copy printed samples. Inventory the NCI final film negatives in printer spreads (only 2 page films for book-work) and furnish copies of all the signed receipt 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 as 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 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-124 (composed negatives & oks for storage) Breast Surgery Options. 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, D.C. 20401, Stop: SSLA, attn: Mr. William Teele, label cartons item #507-G-02; Ship the balance of bulk copies to: Aspen System, Inc., Attn: M. Lou Young, 1000 Haverhill Road, Baltimore, Maryland 21229, (410)644-7853. 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 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 09/06/2002. Request for Quotations are due 09/16/2002. Assuming an award date of 09/19/2002, material shall be picked up on 09/19/2002, 10,000 copies shall be due on 11/14/2002; balance of copies are due on 11/28/2002. All furnished materials, sample copies and receipts shall be returned on 12/05/2002. 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. 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 listed on the lower right hand position. If the number is provided use it on the cartons. Receiving hours are 9:00 AM - 12:00 (Noon) and 1:00 PM - 4:00 PM, Monday - Friday. Call for delivery appointment prior to any bulk shipments. Ship to: Aspen Systems, Inc., 1000 Haverhill Road, Baltimore, Maryland 21229, Attn: Ms. Lou Young (410) 644-7853. Label each carton on one end with the NCI PC Nol, Title, Inventory Number and the Quantity per carton & per package. 02-NCI-PC-124 (qty per package/ qty. per carton) Breast Surgery Options, Inventory No. Plastic strap band every skid twice in both directions over corrugated edge protectors & wooden skid tops, 40" x 48" (GPO). Cover skids with plastic stretch wrapping after banding, tops and edge protectors. Affix a packing list for all deliveries. All skids shall be four-sided entry GPO pallets and the weight must not exceed 2,000 pounds, do not side load or double stack on the truck trailers. Stack skids are not to exceed 50" from the floor to top. The pallet 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 highest possible quantity for a set amount of $150000.00. 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. The failure to provide an added rate will render your firm's proposal non-responsive. 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 CONTRACTING REGISTRATIONS. 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 complete "Offerror 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 09/16/2002. Please refer to the solicitation number RFQ-NCI-20103-NQ.
 
Record
SN00140375-W 20020816/020814213255 (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.