Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOLICITATION NOTICE

T -- Peace Corps Recruitment Catalogues - Sample Catalog

Notice Date
7/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323110 — Commercial Lithographic Printing
 
Contracting Office
Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416, Washington, District of Columbia, 20536
 
ZIP Code
20536
 
Solicitation Number
PC-09-Q-RM6
 
Archive Date
8/5/2009
 
Point of Contact
Reginald Moore, Phone: 202-692-1625
 
E-Mail Address
rmoore@peacecorps.gov
(rmoore@peacecorps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sample Catalog shows ink saturation, bleeds, and photo coverage; does NOT represent actual page count or final files. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5 Commercial Item test program procedures, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is PC-09-9-RM6 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 323110 with a small business size standard of 500 employees. This requirement is 100% set-aside for small business vendors only. Vendors must be Forest Stewardship Council (FSC) certified and located within 150 miles of Peace Corps headquarters, Washington D.C. The Peace Corps requires the following items: CLIN 001, Recruitment Catalog. The Peace Corps reserves the right to award as many catalogs required subject to funding at the unit price proposed by vendors. The total award amount may be lower or higher than the 120,000 catalogs requested. Vendors shall state the following quantity/price breaks within their quote: •Less than 120,000 copies •120,000 to 125,000 copies •125,000 to 130,000 copies Vendor shall deliver draft proof within 3 days or less after receipt of print file. Vendor shall deliver finished product within 4 weeks after final proof approval. Attached draft creative shows ink saturation, bleeds, and photo coverage; does NOT represent actual page count or final files. SPECIFICATIONS: Quantity:120,000 copies Number of Pages: 48 pages + cover Size:8.5” x 11” Ink Color for Text:4cp+aqueous/same Ink Color for Cover: 4cp+aqueous/same Bleeds: Full bleeds on every page and on covers Stock for Text: 80# text Mohawk Options PC Cool White Smooth Stock for Cover: 65# cover Mohawk Options PC Cool White Smooth Finishing: Perforate on 11” side last text page,.5” from spine. Saddle-stitch. Shrink-wrap in units of 25; reverse stacking; 2 stacks for a total of 50 per box; use double-thick 11¼ boxes for multiple shipping; box weight NTE 22 lbs. Furnished Materials: CS In-Design MAC files and PDF comp Proofs Required: Matchprint/IRIS or equivalent and blueline book; press sheet inspection Vendor shall deliver draft proof within 3 days or less after receipt of print file. Vendor shall deliver finished product within 4 weeks after final proof approval. Vendor shall return all source material and print files provided by the Peace Corps after final proof approval. Delivery Instructions: Print job anticipated to deliver in early Oct. 2009. Deliver 200 copies to PC Headquarters, 1111 20th Street, NW Washington, DC 20526; deliver balance to SOC Warehouse, 13882 Redskin Drive, Herndon, VA 20171 Solicitation provisions at FAR 52.212-1, Instructions to Offerors-Commercial Item are hereby incorporated by reference. Offerors shall submit quotes to include the items listed below, as a minimum. 1. Unit price and a total amount based upon the following quantity/price breaks within their quote: •Less than 120,000 copies •120,000 to 125,000 copies •125,000 to 130,000 copies 2. Statement confirming that offeror is FSC certified. 3. Offerors shall furnish a sheet-fed press product sample similar to the requirements of the RFQ as part of the solicitation package at no cost to the Government. The sample will be evaluated as part of the solicitation for technical capability. These samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense. 4. Past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offerors who describe similar contracts shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of the RFQ. Offerors must either provide the above information or affirmatively state that it possesses no relevant directly related or similar past performance. In evaluating past performance, the Government may contact some of the references provided by the offeror and/or other sources of information. 5. Confirmation that offeror’s location is within 150 miles of Peace Corps Headquarters, Washington, D.C. for press sheet inspection. Locations more than 150 miles from Washington D.C. would incur additional labor and transportation costs i.e. rental car, hotel and per diem. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •Technical Capability •Past Performance •Price Technical and past performance, when combined, are equal to price. The following clauses apply to this solicitation and the resultant contract. The selected Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items. FAR clause 52-212-4, Contract Terms and Conditions-Commercial, is hereby incorporated by reference. The following FAR clauses shall apply: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.203-6, 52.219-8, 52.219-14, 52.219-28, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. The full text of a clause may be accessed electronically at http://www.arnet.gov. All questions regarding this RFQ must be submitted via email to rmoore@peacecorps.gov by 5:00PM EST on July 13, 2009. Quotes are due by 3:00PM EST on Wednesday, July 21, 2009 and shall be emailed to rmoore@peacecorps.gov or faxed to (202) 692-1590, ATTN: Reginald Moore. Only email or fax quotes will be accepted. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/PC/OPBF/OC/PC-09-Q-RM6/listing.html)
 
Place of Performance
Address: United States Peace Corps, Office Of Communications, 1111 20th Street NW, Washington, District of Columbia, 20526, United States
Zip Code: 20526
 
Record
SN01866388-W 20090708/090707000306-cf6a34bbce0139ec1b50d2794a4e512d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.