Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

T -- NHGRI: Division of Intramural Research

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
323110 — Commercial Lithographic Printing
 
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-50021-NG
 
Response Due
2/14/2005
 
Archive Date
3/1/2005
 
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 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-50021-NG, includes all applicable provisions and clauses in effect through FAR FAC 2001-26 and 27 (1/05). The 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 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 from Malinda Holdcraft, at (301) 402-4509. REQUIREMENT: Title: NHGRI: Division of Intramural Research. PRODUCT: 180 test pages, 10 tab dividers, plus a separate cover with glued pocket. 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. BASIS FOR AWARD: Award shall be made to the contractor offering the highest possible quantity for a set amount of Sixty Thousand Dollars ($60,000.00). The added rate per thousand overs will be used to either increase or decrease your offer to reach this dollar amount. The failure to provide an added rate will render your firm?s offer non-responsive. All contractors offering a bid shall have successfully completed the NCI Requirements for New Bidders prior to consideration of their proposal for award. A minimum sixty calendar days are necessary for the evaluation processing to be completed. Award shall not be delayed pending the evaluation process. QUANTITY: 2,100 copies and the final films/files used in the production of printing. TRIM SIZE: 12" x 9", concealed wire-oh binding on the 9" (oblong) way. FURNISHED MATERIALS: A Mac OS-X compatible CD-Rom disk, together with a set of color proofs, (laser printed dummy) as a guide to production. Quarkxpress 5.0, Illustrator 10.0 and Photoshop 6.0 applications are used for desktop publishing. PROOFS: Two sets of laminated halftone dot proofs shall be provided, stripped to show the full press sheet imposition, including colorbar, showing guide, gripper and ruled-up for all bindery marks of each form, plus a dylux proof, with all elements in proper position, folded and trimmed to final size. NOTE: All the laminated proofs shall match the required Panotone Matching System PMS colors exactly, or the contractor can, at their option, provide press proofs for evaluation. NCI shall keep one complete proof set. PAPER: Covers: 120lb. white number1 Lustro dull finish cover, minimum brightness of 90. (Signature dull, Vintage Velvet or Utopia Dull are also acceptable). Tabs: 80lb white number 1 Lustro dull finish cover, minimum brightness of 90. (Signature dull, Vintage Velvet or Utopia Dull are also acceptable). Text: 80lb white number 1 Lustro dull finish text, minimum brightness of 90. (Signature dull, Vintage Velvet or Utopia Dull are also acceptable). Only those papers listed above as approved equals will be considered. See the 38 edition (2004-05 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 color process, PMS 8201 (Metallic Blue) 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 percent, sheet-fed litho/20 percent. Forms/20 percent. BINDING: Diecut, score and glue one 5 inch pocket (no capacity) with a head and foot flanges of 7/8 inches each minimum size, pocket folds in from the right edge. Collate text together with ten diecut tab pages ( one half inch extension, as two 5 bank tab sets) and Wire-Oh bind along the 9 inch way with a partially concealed silver colored element. Assume the tab locations will always be between the signatures, necessitating additional hand insertion and/or collating efforts. No other alternate trim sizes shall be acceptable. FORMAT: Covers front and back, text pages 1-180, tabs from 1-10 (1/side only). PRINTING: Print covers front and back in a solid and two flat tint areas bleeding all sides of PMS 8201. Black overprint text and rules prints on both sides with a reversed to white headline on cover 1. A dozen illustrations print in four color process across the front panel, knocked out and trapping the background. Spot gloss and dull varnished are also used 2/sides. Back prints with a 20 percent screen of PMS 8201, as well as a full 100 percent solid, bleeding all sides plus black text, keylines and a rule. Tabs print in four color process plus PMS 8201 on one side only. Overall aqueous, satin finish, coating 1/side. Most text pages each contain a line art illustration reproducing in solid black ink with text and rules plus a 20 percent screened PMS 8201 background. Fifty text pages scattered throughout print with a 20 percent screen of PMS 8201 with black text, keylines and a rule, plus four color process illustrations or graphically represented charts. Text pages 3, 4, 5, 7, 8, 12, 19-20 23-27 35 and 40 print a solid PMS 8201 first character reversed box plus black ink type matter and rules. Text page 2 is blank. Print the balance in black ink with footers in solid PMS 8201. NOTE: Heavy ink coverage is required and the contractor must take any and all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. All items shall be manufactured on a lithographic printing press capable of printing all the required colors with one pass through the press and the complete color bar as detailed on page 4 of these specifications. 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 side is first down, then press perfecting is acceptable. Web fed printing techniques shall be on heat-set equipment only. Ghosting and in-line problems shall not be acceptable. DISPLAY EXAMINATION: Examination of the camera copy is an integral part of specifications. No additional payment will be allowed due the contractor?s failure to examine the copy and throughly understand the nature and extend of the work to be performed. (Strongly recommended). PRESS INSPECTION: Press sheets shall be inspected at the contractors printing facility for quality conformance. Each press sheet form must contain one color bar, at least 3/16 inch 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 one half 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 degrees 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 in conveniently sized groups or individually. Pack in new 44 pound edge crush test corrugated boxes with corrugated sheets between the columns (to prevent element entanglements). The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 40 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations shall be allowed. RETURN MATERIALS: Return all camera copies 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 NCI at the office address listed above. NCI Printing Officer, Office of Communications, Communication Services Branch (CSB), Printing Section, 6116 Executive Boulevard, Room 3064, Rockville, Maryland 20852. NEGATIVES: If digital direct-to-plate technologies were used, the contractor shall also be required to furnish films as a deliverable item upon request. Compose negatives as RRED final films in two page printer?s spreads only, allowing a minimum of one half inch 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 pressroom OKs for future color match. Films shall be ready for subsequent reprints without additional effort beyond exposures. Label: 05-NCI-PC-029, NHGRI: Division of Intramural Research (composed negatives & color OKs for storage). SHIPPING: Ship 3 advanced sample copies to: NCI Printing, (301-402-2624), 6116 Executive Blvd., Room 3064, Rockville, MD 20852, Attn: Printing Officer. The advanced samples copies must be received before any other location deliveries. Ship 100 client samples to: NHGRI, Attn: Dr. Eric Green, Bldg. 50 Room 5222, 9000 Rockville Pike, Bethesda, MD 20892: 301-402-2023, inside room delivery required. Ship 100 copies to: NHGRI, Attn. Ms. Maggie Bartlett, 9000 Rockville Pike, Bldg. 31 Room 4B09, Bethesda, MD 20892; (301-594-0632), inside room delivery required. Ship 20 client samples to HC CREATIVE LLC, 4630 Montgomery Ave No. 510, Bethesda, MD 20814; (301-215-7111). Ship 15 file copies to: Library of Congress, Madison Bldg., (Exchange & Gift Division), Federal Documents Section, C Street, North East, (between 1st & N Streets), Washington, DC 20540. Ship 2 NCI file copies to: National Tech. Info Service, Office of Business Development, Attn: Sue Feindt, (703-605-6244) 5285 Port Royal Road, Springfield, VA 22151. Ship 5 (NCI) C & I copies to: NIH, 301 N. Stonestreet Avenue, Room 113, Attn: Lisa Harper, Rockville, MD 20892. Ship 2 Depository copies to: the U.S. GPO, Stop: SSLA, Depository Receiving Section, 44 H Street NW, loading dock, Washington, DC 20401. Label cartons item #507-G-02. Ship 2 NCI file copies to Attn: Mr. Jan Ehrman (301-496-4143), NIH, 9000 Rockville Pike, Building 31, Room 5-B-52, Bethesda, MD 20892. Ship balance of bulk copies to: NIH/NHGRI, Attn. Linda Adams, Bldg. 12A Room B01, 9000 Rockville Pike, Bethesda, MD 20892; (301-402-2081). 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 Printing Section (301) 402-2624 of the day and time press sheets will be available for inspection. SCHEDULE: Request for Quotations are due on February 14, 2005 EST. Display of materials at NCI, OC, CSB 6116 Executive Blvd., Room 3064, Rockville, MD 20852 on January 12, 2005. Assuming an award date of February 16, 2005, material shall be picked up on February 17, 2005, 1,000 copies due at NCI/NHGRI destinations as listed above advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions due March 28, 2005. Balance of copies due on April 4, 2005 at the Aspen Systems Warehouse. All furnished materials and receipts shall be returned on April 11, 2005. 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 lower right hand position. If the number is provided use it on the cartons. Receiving hours are 6:30 A.M. - 12:00 (noon) and 1:00 P.M. - 3:30 P.M., Monday - Friday. Call for delivery appointment prior to any bulk shipments. Ship the samples to: National Cancer Institute, Office of Cancer Communications, 6116 Executive Blvd., Room 3064, Rockville, MD 20852, 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. Plastic strap band every skid twice in both direction over corrugated edge protectors using GPO pallets only, 48" x 40" (4-way). 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 44" from the floor to top. All cartons shall 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 specified dollar amount that fully meets the requirements of this solicitation. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS FOR SIMPLIFIED ACQUISITION; FAR 52.212-3, 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-FOR SIMPLIFIED ACQUISITION. Far Clause 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE. 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 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 Malinda Holdcraft, Purchasing Agent, (301) 402-4509. OFFERS: Offers must be submitted on an SF-1449 with a completed 52.212-3 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 1:00 PM (Washington, DC Local Time) on February 14, 2005. Please refer to the solicitation number RFQ-NCI-50021-NG.
 
Place of Performance
Address: Rockville, MD
Zip Code: 20852
Country: USA
 
Record
SN00732283-W 20050112/050110211700 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.