Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

T -- Cancer Incidence in the Middle East

Notice Date
2/3/2006
 
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-60038-NG
 
Response Due
3/3/2006
 
Archive Date
3/18/2006
 
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 the 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-60038-NG includes all applicable provisions and clauses in effect through FAR FAC 05-08 (January 2006) 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: Cancer Incidence in the Middle East PRODUCT: 132 page text plus a separate 4 page wrap-around cover 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. All contractors offering a bid shall have passed 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. BASIS FOR AWARD: The actual award amount will be $35,000.00 for this contract. Our objective is to obtain the highest possible quantity for this dollar amount. Your 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. QUANTITY: 2,000 copies and the final films as required in the production of printing. TRIM SIZE: 10-7/8 inch x 8-3/8 inch, lay-flat oblong binding along the 8-3/8 inch dimension. FURNISHED MATERIALS: A Mac compatible CD-Rom disk together with a set of color laser proofs as a guide to production. In-Design, Illustrator and Photoshop applications are used for desktop publishing. PROOFS: Two (2) sets of Proofs: Provide 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 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 1 recycled dull finish cover, target brightness of 90. (Celesta, Centura, Signature, Vintage, or an approved equal) Text -80 lb. white number 1 recycled dull finish text, target brightness of 90 (Celesta, Centura, Signature, Vintage, or an approved equal). 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 inks. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Lay-flat (oblong) binding along the 8-3/8 inch dimension. Must be with a flexible spine and free floating cover structure. Adhesive on spine must be waterbased, cold emulsion PUA which remains flexible for life of the binding. A reinforced crepe lining is to wrap over the spine. Apply cover by hot/or cold glue process. Bleed trim all sides to a final size after binding of 10-7/8 inch x 8-3/8 inch. NOTE: No additional blank pages shall be allowed. Hinge score the covers to prevent cracking and run the cover paper grain parallel to the spine dimension. Spine type must remain centered. SEPARATIONS: None required. All are contained in the government?s furnished materials. FORMAT: Text pages 1-132, plus cover pages 1-4. PRINTING: Print covers 1 and 4 using solids of PMS 186 Red and PMS 417 Gray inks as a bleeding all sides background. Type matter is also present in Dense Black. Three full color process illustrations are required on each page. Various screened percentages of the spot colors are used throughout the inside covers as well plus black and reversed to white type matter. Print the text portion of the publication in four color process builds as charts, graphs, backgrounds and type matter. Approximately fifty percent of the pages are in full process ink colors scattered throughout the publication. NOTE: Traps and varnish/coating masks are entirely the contractor?s responsibility. 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. Text and covers 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, Ultra Violet, or InfraRed dryer equipped presses only. Ghosting and in-line problems shall not be acceptable. COATING: Overall aqueous coat, satin finish, outside covers 1 and 4. A dry- trapped overall dull varnish may NOT be substituted at the contractor?s option. 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. 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 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 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 in tens, shrink wraps or paper banding is not acceptable. Pack in new 44 pound edge crush test corrugated boxes filled to the top. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 46 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, 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 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 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: 06-NCI-PC-041 composed negatives & oks for storage Cancer Incidence in the MidEast. SHIPPING: The advanced samples copies: must be received before any other location deliveries. Three (3) perfect bound advanced samples and all the cased 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. Contractor is responsible for customs if required. Ship 50 meeting copies to: Marriott--Hyatt Hotel in Turkey, Mideast full address furnished at award to arrive by April 6, 2006 (MUST be early morning). Ship 15 file copies to: Library of Congress, Madison Bldg., (Exchange and Gift Division), Federal Documents Section, C Street, North East, (between 1st and 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, Building 31 Room B-4B-N-08, 9000 Rockville Pike, Attn: Lisa Harper, Bethesda, MD 20892. (301- 496-6781). 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: National Cancer Institute, ATTN: Mr. Henry Ostapiej, Building 31, room 10-A-31, 9000 Rockville Pike, Bethesda, Maryland 20892 (301-451-6879) GENERAL PACKING INFORMATION: 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 & 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 & 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 3 samples to: National Cancer Institute, Publications Services Branch, 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 & per package. 06-NCI-PC-041 (10 per package / 40 per carton) Cancer Incidence in the Middle East Inventory No. Band each pallet twice, in both directions, using plastic strapping over corrugated edge protectors only. Cover the pallets with plastic stretch wrap after strap banding and corrugated edges. The cartons shall only be new 44 lbs. Edge crush test or 275 lbs. bursting strength and specifically made to contain this product. Affix packing delivery list to the last pallet 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 inch total, (from the floor to the top of the assembly.) 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: The Request for Quotation is due March 3, 2006 at 1 PM EST. Display of materials at NCI, OC PSB 6116 Executive Blvd. Room 3064 Rockville MD 20852 will be available February 8, 2006. Assuming an award date of March 3, 2006, material shall be picked up March 6, 2006. Meeting copies due at the NCI hotel in Turkey April 6, 2006. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions. April 20, 2006 return of furnished materials and receipts: NOTE: Please be aware that w/o 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 (2) sample file copies. 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, Contract Specialist, (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 or certification/validation of Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Applications (ORCA) (http://orca.bpn.gov). Offers/Quotations must be received in this office by 1:00 PM on March 3, 2006. Please refer to the solicitation number RFQ-NCI-60038-NG.
 
Record
SN00979706-W 20060205/060203211828 (fbodaily.com)
 
Source
FedBizOpps 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.