Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

T -- Printing: "What You Need to Know about Liver Cancer"

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323113 — Commercial Screen 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, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-90079-KM
 
Archive Date
4/24/2009
 
Point of Contact
Karri L. Mares,, Phone: 3014357774, Caren N Rasmussen,, Phone: (301) 402-4509
 
E-Mail Address
maresk@mail.nih.gov, cr214i@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-­­­­­­­­­­­90079-KM includes all applicable provisions and clauses in effect through FAR FAC 2005-27 (October 2008) 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 Karri Mares at maresk@mail.nih.gov. REQUIREMENT: “ What You Need To Know about Liver Cancer” PRODUCT: 44 page text with a separate 4 page wrap-around cover. BASIS FOR AWARD: The actual award amount will be $30,000 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 firms bid price to reach this dollar amount. The failure to provide an added rate will render your firm’s proposal non-responsive. 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. 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 film or files as required in the production of printing. TRIM SIZES: 5-3/8” x 8-3/8”, saddle wire stitch binding along the 8-3/8” 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. InDesign CS-3, Illustrator CS-3, Photoshop CS-3 applications are used for desktop publishing. PROOFS: Provide a laminated, digital, halftone-dot proof, stripped to show the full press sheet imposition, including colorbar, showing guide, gripper and ruled-up for all bindery marks on each form. Proofs shall have a PIA/GATF Proof comparator (or similar process control) affixed to the back or face of the proof. Spot colors shall be a match of the Pantone reference books on the laminated proofs (with ink draw downs provided for approval, on the proposed substrates). Additionally, provide two inkjet “dylux-styled reader” proofs, with all elements in proper position, folded and trimmed to final size. NCI shall keep one digital dylux. PAPER: Cover: 80 lb. white premium coated offset recycled cover, minimum brightness of 94+ (Centura Dull, McCoy Silk, Mohawk or SignatureTrue dull are acceptable) Text: -70 lb. white premium offset opaque text, target brightness of 94. (Hammermill, Simpson, Springhill, or an approved equal) Only those papers listed above as approved equals will be considered. See the 42 nd edition (May 2008 issue) of the Competitive Grade Finder. 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: Four color process, PMS 144 and dense Black Inks. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates. BINDING: Saddle wire stitch twice through the spine along the 8-3/8” dimension. 3 sides bleed trim 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 4 page component, short trimmed or binding lip attachment methods shall not be acceptable. Steel rule die-strike the cover fold to prevent cracking, litho score or a rotary stitcher score is not acceptable. Run the cover paper grain parallel to the spine. SEPARATIONS: None required FORMAT: Covers 1-4, text pages 1-44. PRINTING: Print outside covers 1 and 4 in a solid and two flat tint areas bleeding all sides of PMS 144. Black overprint text and rules prints on both pages with a reversed to white headline on cover 1. Covers 2 and 3 print with a 20% screen of PMS 144 with black text and keylines only. Text page 5 prints in four color process with type matter in PMS 144. Text pages 4, 20 and 30-31 each contain at least one halftone art illustration in Black ink with text and rules plus a 20% screened PMS 144 background. Print the balance of text pages in Black and PMS 144 from all line art. 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 & lay a smooth uniform ink film. This product 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 dryer equipped presses only and web-growth will not be acceptable! Ghosting & “in-line problems” shall not be acceptable. COATING: Overall aqueous coat, satin finish, on outside covers pages 1 and 4 only. A “drytrapped” overall varnish may NOT be substituted. BLEEDS: Bleeds, follow trim marks on furnished camera copy. DISPLAY EXAMINATION: Examination of the furnished materials/camera copy is an integral part of specifications. No additional payment will be allowed due the contractor’s failure to examine the copy and thoroughly understand the nature and the 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” 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° 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 (or shrink wrap) in units of 20 copies only, paper banding shall not be allowed. Turn the items if necessary, to form a “neat” stack. Pack in new 44 pound edge crush test corrugated boxes filled to the top with 240 copies each. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 48 lbs. per carton. Products must lay flat, do not stand upright in cartons. No packaging deviations allowed. Label or stencil on one of the carton ends. RETURN MATERIALS: (#1). Return all camera copy or furnished materials as received, to the NCI Printing Office, at the address listed,... see page 4 of these specifications. (#2-A). Provide 2 “office file copy-printed samples” and (#2-B). Furnish a set of the all the signed receipts in one package to the NCI Printing Office. (#3). Create a reprint digital deliverable (Macintosh compatible CD-Rom disk of the high-resolution files used for print production, for example ~ a download from your production server), provided to the NCI Printing Office. (#4). Provide a single page formatted web-posting file version, (as an Acrobat PDF on a separate CD-Rom), directly to the client’s “sample copies address”,.. see page 4 of these specifications. NOTE: Items #1-4, (the Return Materials) are due 7 calendar days from the date of the last delivery. SHIPPING: The advanced samples copies: must be received before any other location deliveries. 3 advanced samples copies to: NCI Printing, (301-402-2624) 6116 Executive Boulevard, Room 3064, Rockville, MD 20852, Attn: Printing Officer. Ship balance of bulk copies to: Lockheed Martin Information Technologies, ATTN: Ms. Lou Young 1000 Haverhill Road Baltimore, Maryland 21229, (P) 410-644-7742; SCHEDULE DELIVERY APPOINTMENT, (BY ELECTRONIC MAIL WITH MS. YOUNG), PRIOR TO ANY CARRIER ARRIVALS AT THE WAREHOUSING FACILITY at anna.l.young@lmco.com. Schedule a delivery appointment prior to any bulk shipments going to the NCI Warehouse. 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 2 (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 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. Ship 5 client samples to: National Cancer Institute ATTN: Ms. Geri Piazza; 6116 Executive Blvd, room 3015; Rockville, Maryland 20852 (301) 435-1788. 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: Display of materials at NCI, OC, Building 6116, Room 3064; Executive Boulevard; Rockville, MD 20852 on 3/27/09. QUOTATIONS ARE DUE: 4/9/09 at 11:00 am. Award shall be made on or about 4/14/09. Material pickup on or about: 4/17/09 1,000 copies due at the NCI destinations as listed above 5/19/09. Advanced sample copies must be received at the NCI Office of Cancer Communications prior to any bulk distributions. Balance of copies due at destinations: 6/2/09 Return of furnished materials and receipts: 6/16/09 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 sample file copies. GENERAL PACKAGING: 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, Monday-Friday, except federal holidays. Please contact (by email) for a delivery appointment, prior to any bulk shipments. Ship the bulk copies to: Lockheed Martin Information Technologies; Email: anna.l.young@lmco.com ; 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 and per package; 09-NCI-PC-041 (20 per package / 240 per carton) WYNTK Liver Cancer, Inventory No. P-429. 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 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). Use 48 x 40, four way “GPO Pallets” only. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (February 2009) WITH DUNS NUMBER ADDENDUM {52.204-6 (April 2008)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (October 2008); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2009). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; Far Clause 52.219-6 Notice of Total Small Business Set-Aside Far Clause 52.219-28 Post Award Small Business Program Representation Far Clause 52.222-3 Convict Labor Far Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies Far Clause 52.222-21 Prohibition of Segregated Facilities Far Clause 52.222-26 Equal Opportunity Far Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Far Clause 52.222-36 Affirmative Action for Workers with Disabilities Far Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Far Clause 52.225-1 Buy-American Act Supplies Far Clause 52.232-33 Payment by Electronic Funds Transfer– Other than Central Contractor Registration 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 Karri Mares, Contract Specialist at maresk@mail.nih.gov. OFFERORS: 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 provide a copy of the valid certification registrations of the offeror’s Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) ( http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) ( http://orca.bpn.gov). Quotations must be received in the NCI-OA contracting office by 11:00 a.m. on 4/9/09. Please refer to solicitation number RFQ-NCI-90079-KM on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b956bd37c79ade56e9b7625c1ab75cd7&tab=core&_cview=1)
 
Record
SN01777398-W 20090327/090325215924-b956bd37c79ade56e9b7625c1ab75cd7 (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.