Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

T -- Understanding Breast Changes

Notice Date
6/17/2005
 
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-50064-NG
 
Response Due
7/19/2005
 
Archive Date
8/3/2005
 
Point of Contact
Malinda Holdcraft, Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513, - Renita Smith, Contract Specialist, Phone 301-496-8612, Fax 301-480-0241,
 
E-Mail Address
holdcram@exchange.nih.gov, rs442i@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 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. The solicitation number RFQ-NCI-50064-NG, includes all applicable provisions and clauses in effect through FAR FAC 2005-04 (6/05). 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. Title: Understanding Breast Changes. Product: 44 page text plus a wrap-around 4page cover. Basis for Award: Award shall be made to the contractor offering the highest possible quantity for a set amount of Fifty Thousand Dollars ($50,000.00). 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 proposal 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 (60) calendar days are necessary for the evaluation processing to be completed. Award shall not be delayed pending the evaluation process Quality: Level 2 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. Quantity: 10,000 copies and the final films as required in the production of printing. Trim Size: 5-3/8 inch x 8-3/8 inch, saddle stitch binding along the 8-3/8 inch dimension. 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 6.1, Illustrator 11.0 and Photoshop 7.0 applications are used for desktop publishing. 2 Sets of Proofs: Provide laminated halftone dot digital proofs, 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. All the laminated proofs shall match the required PMS colors exactly, or the contractor can, at their option, provide press proofs for evaluation. NCI shall keep one complete proof set. Paper: Covers-80 lb, white number Lustro Patina matte cover, minimum brightness of 91. (Northwest Dull, Vintage Velvet or Opus Dull is also acceptable) Text -80 lb, white number 1 Patina matte finish text, minimum brightness of 91. (Northwest Dull, Vintage Velvet or Opus Dull is also acceptable) Only those papers listed above as approved equals will be considered. See the 38th edition (2004-‘05 issue) of the Competitive Grade Finder. Both the text 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 papers and or foreign manufactured papers shall not be acceptable. Inks: 4 color process, PMS 272 and PMS 521 (both are purples) inks. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates as follows: Heatset litho/10 percent, sheet-fed litho/20 percent, forms/20 percent. Binding: Saddle stitch twice through the spine along the 8-3/8 inch dimension. Bleed trim 3 sides, to a final size after binding of 5-3/8” x 8-3/8”. No other alternate trim sizes shall be acceptable. Each signature must be a complete four page component; short trimmed or binding lip attachment methods shall not be acceptable. 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: None are required. Format: Text pages 1-44, plus a separate cover (pages 1-4). Printing: All text pages print in PMS 272 Purple as well as Black type matter. Process illustrations are on scattered through-out the text portion, pages 4, 11, 15, 16, 19, 21, 23 and 25. Gradient boxes are also scattered throughout the text portion, from 40 percent to zero using PMS 272 ink. Covers 1 and 4 print in 4 color process, PMS 272, PMS 521 Inks. Covers 2 and 3 print in solid and screened areas of PMS 272 Purple with a four color process illustration on cover 2. 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. Text and covers shall be printed on a litho printing press capable of printing all the required ink colors with one pass through the press. 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 & 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 extent of the work to be performed, (strongly recommended) 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 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 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 twenty copies only (paper bands and shrink wraps are NOT acceptable!). Turn the items as required to maintain a neat stack. Pack in new 44 pound edge crush test (or 275 bursting strength) corrugated containers filled to the top, 240 copies per carton. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 49 lbs. per carton. Products must lie flat, do not stand upright in cartons. No packaging deviations shall be allowed. Label or stencil on one of the carton ends at a minimum. 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 the all the signed receipts in one package to NCI at the office address listed above, see page 1 of these specifications. 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 NCI. 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 - room oks for future color match. Films shall be ready for subsequent reprints without additional effort beyond exposures. Label: 05-NCI-PC-104, Understanding Breast Changes (composed negatives & oks for storage). SHIPPING: The advanced samples copies: must be received before any other location deliveries. 3 advanced sample copies to: NCI Printing (301-402-2624) 6116 Executive Blvd, room 3064 Rockville, Maryland 20852 ATTN: Printing Officer The advanced samples copies must be received before any other location deliveries! Ship 15 file copies to: Library of Congress, Madison Bldg, (Exchange and 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 and I copies to: NIH Printing, ATTN: Lisa Harper Building 31, room B-4B-N-08, 9000 Rockville Pike, Bethesda, Maryland 20892, (301-496-6781). Ship 25 client samples to: National Cancer Institute ATTN: Ms. Bobbie Ravas, 6116 Executive Blvd, room 202, Rockville, Maryland 20852, (301-451-4282). 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 number 507-G-02. Ship 2 NCI file copies to: ATTN: Mr. Jan Ehrman at NIH 9000 Rockville Pike, Building 31, Room 5-B-52, Bethesda, Maryland 20892, (301-496-4143) Proofs will be withheld 3 working days from the time they are received until they are returned. 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 days notice. Notify the NCI at 301-402-2624 for inspection. SCHEDULE: Request for Quotation is due July 19, 2005. Display of materials at NCI, OC, CSB, 6116 Executive Blvd. Room 3064, Rockville, MD 20852 is on July 12, 2005. Assuming an award date of July 21, 2005, material shall be picked up July 22, 2005. Ten thousand (10,000) copies due at the NCI warehouse. Advanced sample copies must be received at the NCI Office of Communication prior to any bulk distributions due August 26, 2005. Balance of copies due on September 9, 2005. All furnished materials and receipts shall be returned on September 16, 2005. NOTE: Please be aware that without the return of all the furnished materials, 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. General packaging information for bulk shipments delivered to the National Cancer Institute. Shipments not conforming to these requirements SHALL be refused. The exact packaging for each order will be detailed within the printing contract from the government. The contractor shall initiate contact with our warehouse, if the inventory control number and bar code artwork are not furnished, prior to labeling any cartons or the press run. Typically, this number and bar code are also listed on the lower right hand position of the laser proofs. If the number is provided use it on the cartons. Receiving hours are 6:30 am-12:00 and 1-3:30 pm, Mon-Fri, except federal holidays. Call for delivery appointment prior to any bulk shipments: ship the bulk quantity to: Aspen Systems, Inc. 1000 Haverhill Road, Baltimore, Maryland 21229 ATTN: Ms. Lou Young (410-644-7742), ship the 10 samples to: National Cancer Institute, Office of Communications 6116 Executive Boulevard, room 3064, Rockville, Maryland 20852 ATTN: Printing Officer 301-402-2624. Stencil each carton on 1 end, with the NCI PC Number, Title, Inventory Number and the Quantity per carton and per package. 05-NCI-PC-104 (20 per package / 240 per carton) Understanding Breast Changes Inventory No. P-051. Cover the pallets with plastic stretch wrap after strap banding and corrugated edges. Band each pallet twice, in both directions, using plastic strapping over corrugated edge protectors only. The cartons shall only be new 44 lbs. Edge crush test or 275 lbs. bursting strength & specifically made to contain this product. 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 inch total (from the floor to the top of the assembly.) Affix packing delivery list to the last pallet loaded on the truck, facing the dock. Use GPO pallets only, 48” x 40” (four-way). 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 52.212-4, 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 FAR Terms and Conditions and other cited provisions may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Malinda Holdcraft, Contract Specialist at holdcram@exchange.nih.gov or (301) 402-4509. Please note: All contractors must be registered in the Online Representations and Certifications Applications (ORCA) in order to receive an award. Please refer to http://orca.bpn.gov in order to register. In addition, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov. OFFERS: Offers must be submitted on an SF-1449. Please provide a copy of the contractor ORCA validation/registration when submitting your offer. Offers/Quotations must be received in the contracting office on or before 1:00 PM (Washington, DC Local Time) on July 19, 2005. Please refer to the solicitation number RFQ-NCI-50064-NG. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/RCB/RFQ-NCI-50064-NG/listing.html)
 
Place of Performance
Country: USA
 
Record
SN00832236-F 20050619/050617212125 (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.