Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
MODIFICATION

T -- ByPass Budget Book 2007

Notice Date
8/17/2006
 
Notice Type
Modification
 
NAICS
323110 — Commercial Lithographic Printing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-60155-NG
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Point of Contact
Malinda Holdcraft, Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
holdcram@exchange.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. This solicitation: No. RFQ-NCI-60155-NG includes all applicable provisions and clauses in effect through FAR FAC 2005-12 (August 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 holdcram@exchange.nih.gov. REQUIREMENT: TITLE: ByPass Budget Book 2007 PRODUCT: 58 page text plus a separate 4 page wrap-around cover BASIS FOR AWARD: The actual award amount will be $40,000 for this contract. Our objective is to obtain the highest possible quantity, for this dollar amount. Your added rate per thousand (overs) will 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. Award shall not be delayed pending the evaluation process. QUALITY: Level 1 printing and finishing attributes are required for this specification. Reference GPO Publication 310.1 for attribute requirements. 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. QUANTITY: 1,000 copies and the final films as required in the production of printing. TRIM: 8-3/8 inch x 10-7/8 inch, saddle wire stitch binding along the 10-7/8 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 6.5, Illustrator CS-2 and Photoshop CS-2 applications are used for desktop publishing. 2 SETS OF PROOFS: Provide laminated 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. Each form shall have a PIA/GATF Proof comparator (or similar process control) affixed to the back. Spot colors shall be a match of the Pantone reference books & NCI shall keep one proof set. PAPER: 80 lb. white premium coated offset recycled cover, brightness of 94+. (Centura Dull, McCoy Silk Mohawk Signature True dull are acceptable) 80 lb. white premium coated offset recycled text, brightness of 94+.(Centura Dull, McCoy Silk Mohawk Signature True dull are acceptable).Only those papers listed above as approved equals will be considered. See the 39th edition (2005-‘06 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: Toyo 0602 Yellow, PMS 186 Red PMS 417 Gray and 4 color process inks. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Bleed trim a six page signature to an approximate flat size of 24-1/8 x 10-7/8. Zee-fold and insert between the last 4 page signature and the balance of the text portion (fold-out page is short folded and connected to text pages 53 & 54). Saddle stitch twice through the spine up-right, and bleed trim all sides to a final size after binding of 8-3/8 inch x 10-7/8 inch. All other text signatures shall be a complete 4 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 required. FORMAT: Text pages 1-58, plus cover pages 1-4. PRINTING: Covers 1 and 4 print in a solid bleeding 3 sides background using PMS 417 Gray and 186 Red. A left-side margin area bleeding along the head-trim zone and spine, knocked out and trapping this background on the front cover, using solid Toyo Yellow. Reversed to white headlines and type matter plus 3 process colored illustrations, together with keylines that print in solid Toyo Yellow. High gloss spot varnish the type, the ByPass logo centered in the map and the background surrounding the countries. All other areas of the outside covers are dry-trapped spot dull finish varnished. Covers 2 and 3 print in3 PMS colors plus Black overprinting the Toyo Yellow. Every text page prints in all spot colors as well as dense Black type at a minimum. Process illustrations are present on text pages 2-3, 7, 9, 12, 15, 16, 18, 22, 26, 30, 34, 37, 38, 40, 44 and 47. Doutone illustrations are present on 4 and 5. Very 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. Ghosting and in-line problems shall not be acceptable. All signatures must be printed on a lithographic printing press capable of printing the complete color bar as specified together with all the ink colors in one press pass. 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 run production equipment if used, shall be lithographic heat-set only. 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: See “Printing” above for coating requirements. MARGINS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATIONS: Examination of the camera copy is an integral part of these specifications. No additional payment will be allowed due to the contractor’s failure to examine the copy and thoroughly understand the nature and extent of the work to be performed. PRESS INSPECTIONS: 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 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 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 units of 20 copies only, shrink wraps or paper banding is not allowed. Pack in new 44 pound edge crush test corrugated boxes filled to the top with 80 copies each. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 42 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. Create a digital deliverable (Macintosh compatible CD-Rom disk of the high-res. files in Acrobat PDF format) and furnish copies of 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 ½ inch working margins on all sides, using .007 film, (.004 film is allowed if computer electronic files were provided by the NCI). Pinhole 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 Okays. 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 Okays for future color match. Films shall be ready for subsequent reprints without additional effort beyond exposures. Label: 06-NCI-PC-139, composed negatives and color okays for storage, ByPass Budget Book 2007 SHIPPING: The advanced samples copies: must be received before any other location deliveries. 10 advanced samples copies to: NCI Printing, (301-402-2624) 6116 Executive Boulevard Room 3064, Rockville, MD 20852, Attn: Printing Officer. Ship15 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, ATTN: Lisa Harper Building 31, Room B-4B-N-08 9000 Rockville Pike Bethesda, Maryland 20892 301-496-6781. Ship 4 cartons of samples to: NCI, Attn: Ms. Kathie Reed 6130 Executive Blvd, Room 205 Rockville, Maryland 20852 301-435-5163 (inside room delivery required). 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. Call for delivery appointment prior to any bulk shipments: Ship balance of bulk copies to: Aspen Systems, ATN: Lou Young 1000 Haverhill Road Baltimore, Maryland 21229 410-644-7742. 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. 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 and 1-3:30 pm, Monday-Friday, except federal holidays. Use 48 x 40, four way GPO Pallets only. Stencil each carton on 1 end, with the NCI PC Number, Title, Inventory Number and the Quantity per carton and per package. 06-NCI-PC-139 (20 per package/quantity per carton) ByPass Budget Book 2007. Inventory No. T-015. 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 pounds. Edge-crush test or 275 pounds 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 inches total, (from the floor to the top of the assembly.) SCHEDULE: Display of materials at NCI, OCC, Building 6116, Room 3064, Executive Boulevard Rockville, MD 20852. Quotations are due September 18, 2006 at 1:00 pm. Award shall be made on or about September 19, 2006. Material pickup: September 20, 2006. 1,000 copies due at the NCI destinations as listed above October 6, 2006. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Balance of copies due at destination (Aspen Warehouse) October 6, 2006. Return of furnished materials and receipts October 13, 2006. 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. 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 at holdcram@exchange.nih.gov. 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 have valid registration/certification in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Offers/Quotations must be received in this office by 1:00 PM on September 18, 2006. Please refer to the solicitation number RFQ-NCI-60155-NG. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2006); 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.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-60155-NG/listing.html)
 
Place of Performance
Zip Code: 20892
 
Record
SN01118954-F 20060819/060817230118 (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.