Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2003 FBO #0554
SOLICITATION NOTICE

T -- Printing and Mailing of Bimonthly Newsletter

Notice Date
6/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Peace Corps, Office of Planning Budget and Finance, Office of Contracts, 1111 20th Street, N.W., Room 4413, Washington, DC, 20526
 
ZIP Code
20526
 
Solicitation Number
PC-03-Q-010
 
Response Due
6/17/2003
 
Archive Date
7/2/2003
 
Point of Contact
Jean Bioni, Lead Purchasing Agent, Phone (202) 692-1973, Fax (202) 692-1621, - Adam Mejia, Purchasing Agent, Phone (202) 692-1656, Fax (202) 692-1601,
 
E-Mail Address
jbioni@peacecorps.gov, amejia@peacecorps.gov
 
Description
Peace Corps intends to award a contract in accordance to Commercial Items procedures for printing and distribution of its bimonthly newsletter,Hotline,as per the following statement of work. Prospective contractors should submit 3 copies of both a technical and price proposal to the attention of the contracting officer no later than 1:00 p.m. E.T. on Tuesday, June 17, 2003. Hotline Statement of Work: Peace Corps seeks the services of a contractor to provide the printing services for an 8-page, bimonthly newsletter called Hotline (published on the first and 15th of every month). The purpose of this newsletter is to offer a bulletin of career, educational, and reentry information and opportunities for returned Peace Corps Volunteers. Peace Corps will furnish biweekly via e-mail attachments: a. Acrobat PDF file of newsletter designed in PC PageMaker 6.5. A laser-printed dummy will be furnished for reference and sent to the printer via fax. b. Text file of addresses for mailing purposes. Through September 30, 2003, printer will arrange the mailing of the newsletter sent presorted first class with postage and fees paid by Peace Corps permit no. G 264. Effective October 1, 2003, the printer will meter the outgoing Hotline and charge back the postage expenses to Peace Corps in an invoice. Contractor Obligations: The contractor will furnish all materials and operations, other than those listed under “Peace Corps to Furnish,” necessary to produce the product in accordance with the following specifications. Printing and mailing must be done in-house, subcontracting is not allowed. Quantity: 7,000 copies of newsletter, plus or minus 5% overrun/under run. Include estimate on additional 500 copies. Trim Size: 8 ˝” x 11”. The size can vary slightly (for instance, 8-˝” x 10-13/16”) depending on contractor’s equipment, but size must be indicated on proposal and must be approved by Peace Corps. Number pages: 8 pages self-cover. Up to 40 percent graphics. Stock text: 60# white offset. (Explore option of 50# white offset.) Ink text: black ink, no bleeds. Composition: Output negatives or Computer to Plate (CTP) from e-mail file. Binding: Four page signatures nest loose and then fold down to a #10. Requirements Composition: Output for both film or paper or CTP must be from a high-resolution PostScript compatible printer. No alternate typefaces will be allowed. Films: Contractor must make all required film and/or plates.. Proofs: No proofs need to be submitted to Peace Corps due to short timeframe. Paper: 60 lb. White offset for text pages All paper must be uniform in shade and texture/composition. Contractors must submit paper samples (three-8 ˝” x 11” sheets), for approval, of the paper they are planning to use when printing the Peace Corps newsletter. Paper samples must be marked with the manufacturer, brand name, finish, and the weight. Printing: Prints head to head. Text prints black over black ink, no bleeds. Binding: Four page signatures nest loose and then fold down to a #10. Pack in cartons. Quality: Printer must be capable of printing quality work and have experience printing newsletters and with mailing services. Rejection of Workmanship: Inferior and unsatisfactory workmanship as determined by the Peace Corps Contracting Officer’s Representative (COR) shall be rejected and reported to the contractor who shall correct the deficiency, at no additional cost to the Peace Corps, within one day following receipt of written notice of rejection. Packaging: Pack all overs in shipping containers, uniform cartons of 100s, placed on pallets, and secured for shipment, so that no damage occurs. Packaging shall be in accordance with good commercial practice and adequate to insure acceptable by common carrier and safe transportation at the most economical rate. Marking: Each carton must be labeled with the title of the publication and the enclosed quantity in each carton. Distribution and mailing: The contractor is responsible to have all copies mailed to the returned Volunteer home addresses listed in the mailing text file supplied biweekly by the Peace Corps. Ink jet supplied newsletter (folded to #10) and mailed first class single piece through the U.S. Postal Service using customer’s “G” permit #264 (only through September 30, 2003). Effective October 1, 2003, the printer will meter the outgoing Hotline and charge back the postage expenses to Peace Corps in regular invoices. In addition, deliver all overage within 24 hours of mailing to: Peace Corps, 1111 20th Street, NW, Returned Volunteer Services, Attn. Elvira May, Washington, DC 20526; phone: 202.692.1445. Inspection: Inspection and acceptance of the services set forth in this contract shall be performed by the Contracting Officer’s Representative (COR). Deliverables Copy to Contractor: 24 hours before newsletter will be mailed out. Proofs to Peace Corps not necessary. Complete mailing of Peace Corps newsletter: within 24 hours of receipt of e-mail file from the Peace Corps. Contract Type: This is a fixed price contract that includes separate prices for newsletter printing bimonthly and mailing services. Technical and Price Evaluation: The contractor shall include in their proposal a minimum of three samples of previous printing products that are close to the specifications of the Peace Corps newsletter and 10 paper samples of text stocks. A description of the contractor’s prior experience in both printing and mailing , facilities, and equipment should also be included. Proposals will be evaluated based on the contractor’s ability to demonstrate an understanding to the requirements set forth in this request for proposal. A separate technical and cost/price proposal must be submitted. An unrealistically high priced proposal may be rejected as indicating a lack of understanding of the requirement. Should technical competence between offers be considered approximately the same, cost/price may become the determining factor. The government reserves the right to award to other than the lowest priced, technically acceptable offer. This contract will be awarded based on the best value of quotation provided to the Government. Best value will be determined by price, quality of services, and past performance. The following clauses are incorporated by reference, full text may be obtained at www.arnet.gov. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.213-1 Fast Payment Procedure. 52.213-2 Invoices 52.213-3 Notice to Supplier.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/PC/OPBF/OC/PC-03-Q-010/listing.html)
 
Record
SN00340427-F 20030606/030604214649 (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.