SOLICITATION NOTICE
T -- Printing: Understand Breast Changes
- Notice Date
- 10/21/2002
- Notice Type
- Solicitation Notice
- 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-30005-NQ
- Archive Date
- 12/6/2002
- Point of Contact
- Cynthia Brown, Purchasing Agent, Phone (301) 496-8608, Fax (301) 402-4513, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
- E-Mail Address
-
cb106x@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-30005-NQ, includes all applicable provisions and clauses in effect through FAR FAC 01-09. 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 prospected 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 Cynthia Brown, at (301) 402-4509. REQUIREMENT: Title: Understanding Breast Changes. PRODUCT: 96 page text, two separate 2 page BRC's plus a wrap-around 4 page 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. BASIS FOR AWARD: The actual award amount will be Ninety-nine Thousand-nine hundred and ninety-five Dollars ($99,995.00) for this procurement. The NCI's objective is to obtain the highest possible quantity for this specified dollar amount. The added rate per thousand "overs" will be used to either increase or decrease your bid price to reach this dollar amount. The failure to provide an added rate will render your firm's proposal non-responsive. QUANTITY: 10,000 copies and the final films as required in the production of printing. TRIM SIZE: 5-3/8" x 8-3/8", lay-flat binding along the 8-3/8" dimension. FURNISHED MATERIALS: A Zipdrive disk consisting of Adobe Illustrator art & Quark page layouts from desktop created files together with color proofs in "reader" page styles. The contractor shall also be provided 22 reflective full color illustrations. Files contain process color FPO's as well as all other design elements. PROOFS: Two sets of laminated halftone dot proofs shall be provided, 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 (only DuPont Color Versatility proofs) or the contract can, at their option, provide press proofs for evaluation. Process built digital or stochastic styled proofs are not acceptable. PAPER: Covers -80 lb. white #1 dull finish cover, target brightness of 87. (Celesta, Centura, Signature, Vintage, or an approved equal). BRC - 110 lab white Index (Exact or equal index stock). Text -80 lb. white #1 dull finish text, target brightness of 87. (Celesta, Centura, Signature, Vintage, or an approved equal). Only those papers listed above as approved #1 sheet equals will be considered. See the 35th edition (2001-02 issue) of the Competitive Grade Finder. Both the text stock 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 and or foreign manufactured papers shall not be acceptable. INKS: 4 color process, Yellow PMS 155, Blue PMS 3145 and Black Ink. Solid inks required, no builds allowed. Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates as follows: Heat-set litho/10%, sheet-fed litho/20%. Forms/20%. BINDING: Lay-flat bind along the 8-3/8" dimension with the BRC between the cover and text portions (both front and back, or two 2 pagers). Must be with a flexible spine and free-floating cover structure. Adhesive on spine must be a water-based, cold emulsion P.U.R. (polyurethane reactive) which is to remain flexible for the life of the binding. A reinforced crepe lining is also to wrap over the spine. Hinge score, fold and apply cover by hot/or cold glue process. Use of any alternate adhesives will not be acceptable. Hinge score the covers, running the cover paper grain parallel to the spine to prevent cracking and in the same signature size as the text forms. Trim 3 sides after binding to a final size after binding of 5-3/8" x 8-3/8". NOTE: No white space or ink gaps at the binding edge shall be allowed after binding. Do not insert any additional blank pages. SEPARATIONS: 22 (full page size) are required from reflective art containing flourescent pigments, 8 additional images are contained in the electronic media furnished as Illustrator EPS files. 200 line screen & elliptical dot separations are required. FORMAT: Text pages 1-96, two separate 2 page BRC's, cover pages 1-4. PRINTING: All text pages print in both PMS colors as well as Black type matter. Process illustrations are scattered through-out the text portion of pages. Some illustrations are used more than once in various locations. Several ghosted back 4 color process images are on pages 3, 4, 7 and 8. Gradient boxes are also scattered throughout the text portion, from 40% to zero using PMS 155 ink. Covers 1 and 4 print in 4 color process, PMS 155, PMS 3145 and Black Ink. A border prints solid PMS 155. Covers 2 and 3 print in solid PMS 3145 with Black type matter. BRC pages print in Black only. 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. Must be printed on litho printing press capable of printing all the required ink colors with one pass through the press. Web run production equipment if used, shall be heat-set 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 throughly understand the nature and extend 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 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 degrees 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 QTAP 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, 80 copies per carton. 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 shall be allowed. Label or stencil on one of the carton ends at a minimum. RETURN MATERIALS: Return all camera copies 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 all the signed receipts in one package to Paul LaMasters, NCI Printing Officer, Office of Cancer Communications, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, Maryland 20892. NEGATIVES: Compose negatives as RRED final films in two page printer spreads only, allowing a minimum of 1/2" 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 government. Ownership of these furnished 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 oks for future color match. Films shall be ready for subsequent reprints without additional effort beyond exposures. If digital direct-to-plate technologies were used, the contractor shall also be required to furnish films as a deliverable item upon request. Label: 03-NCI-PC-005, Understanding Breast Changes (composed negatives & oks for storage). SHIPPING: 10 advanced sample copies to: National Cancer Institute, Attn: Printing officer, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892; ship 15 "file copies to: Library of Congress, Madison Building, Exchange & Gift Division, Federal Documents Section, C Street, North East, (between 1st & N Streets), Washington, DC 20540; Ship 2 "depository copies" to: US Government Printing Office, Depository Receiving Section, Jackson Alley, Room A-150, Washington, DC 20401, Stop: SSLA, attn: Mr. William Teele, label cartons items #507-G-22; ship the balance of bulk copies to: Aspen Systems, Inc., attn: Ms. 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 back to the contractor's facilities. 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 working days notice. Notify the NCI Printing Section (301) 402-2624 of the day and time press sheets will be available for inspection. SCHEDULE: Display of materials at NCI, OCC, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892 on 11/14/2002. Assuming an award data of 11/22/2002, material shall be picked up on 11/25/2002, 2,000 copies due on 1/8/2003. Balance of copies due on 1/15/2002. All furnished materials and receipts shall be returned on 2/25/2002. NOTE: Please be aware that without the return of all the furnished items, 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. The contractor shall initiate contact with our warehouse, if the inventory control number is not furnished, prior to labeling any cartons. Typically, this number is also listed on the lower right hand position. If the number is provided use it on the cartons. Receiving hours are 6:30 A.M. - 12:00 (noon) and 1:00 P.M. - 3:30 P.M., Monday - Friday. Call for delivery appointment prior to any bulk shipments. Ship the samples to: National Cancer Institute, Office of Cancer Communications, Building 31, Room 10-A-28, 9000 Rockville Pike, Bethesda, MD 20892, Attn: Printing Officer, (301) 402-2624. Label each carton on one end with the NCI PC no., Title, Inventory Number and the Quantity per carton & per package. 03-NCI-PC-005 (20 per package strap /80 per carton) Understanding Breast Changes, Inventory No. Plastic strap band every skid twice in both direction over corrugated edge protectors using GPO pallets only, 48" x 40" (4-way). Cover the pallet -skids with plastic stretch wrapping after plastic strap banding. Affix a packing list for deliveries to the last pallets 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" from the floor to top. All cartons shall be new 275 lb. test corrugated and specifically made to contain the products as specified, "PACKING". Basis for award: Award will be made to the contractor providing the highest possible quantity for a specified dollar amount that fully meets the requirements of this solicitation. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-4, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS DEVIATION FOR SIMPLIFIED ACQUISITION; FAR 52.213-3, 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-DEVIATION FOR SIMPLIFIED ACQUISITION. 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 Cynthia Brown, Purchasing Agent, (301) 402-4509. OFFERS: Offers must be submitted on an SF-18 or SF-1449 with a completed "Offeror Representations and Certifications-Commercial Items-with Duns Number Addendum," signed by an authorized representative of the offeror. Offers/Quotations must be received in this office by 1:30 PM (Washington, DC Local Time) on 11/21/2002. Please refer to the solicitation number RFQ-NCI-30005-NQ
- Record
- SN00191064-W 20021023/021021213211 (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 |