Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2004 FBO #0989
SOLICITATION NOTICE

T -- T-Printing, title: Survey of Compounds, 04-NCI-PC-117

Notice Date
8/9/2004
 
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-40121-NQ
 
Response Due
9/8/2004
 
Archive Date
9/23/2004
 
Point of Contact
Cynthia Brown, Purchasing Agent, Phone (301) 496-8608, Fax (301) 402-4513, - Renita Smith, Contract Specialist, Phone 301-496-8612, Fax 301-480-0241,
 
E-Mail Address
cb106x@nih.gov, rs442i@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 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. The solicitation, RFQ-NCI-40121-NQ, includes all applicable provision and clauses in effect through FAR FAC 01-24. 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, Purchasing Agent on 301-402-4509. REQUIREMENT; Title: ?Survey of Compounds?. PRODUCT: 3 volumes 652 text pages, 880 text pages and 1,058 text pages, each sewn and case bound. 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. QUANTITY: 400 sets and final films used in the production of printing. TRIM SIZE: 11-3/8" x 9-1/8", sewn and cased in on the 9-1/8" dimension. FURNISHED MATERIALS: Manuscript text pages together with a previously printed sample as a guide to typesetting and binding requirements. Case artwork is not provided for any volume. The contractor shall provide approximately sixty lines of copy together with three required logos for use on the foil stamping of the case(s). PROOFS: Provide halftone dot structure color proofs, digital-4000 dpi or made only from final films, stripped to show the full press sheet imposition, indicating guide, gripper and ruled-up for all the bindery trim-outs of each form, plus a dylux proof, with all elements in proper position, folded and trimmed to the final size. Provide a stamped cover prior to binding, for approval by NCI. PAPER: Covers -Buchram Roxite Dark Red #69503 material. Text -60 lb. white #1 offset opaque text, minimum brightness of 89. (Ardor, Hammermill, Simpson, Springhill, or an approved equal). Only those papers listed above as approved #1 recycled sheet equals will be considered. See the 37th edition (2003-?04 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: Imitation Gold foil stamping and dense 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: 3 volumes are smythe sewn and cased-in with suitable squares, using crash and paper, over 88 pt. binder?s board, round back, end-sheets to match previous sample, foot and headbands in appropriate colors to match cover materials. Pack one of each volume together in one 44# edge-crush test shipping container, specifically made for these publications. Glue the carton securely closed for overseas transit. Glass impregnated reinforced tape may be substituted for glue at the contractor?s option. NOTE: Regular kraft shipping tape is not acceptable and will result in rejection of the product at the time of delivery. We anticipate rough handling and need a well designed carton, securely closed to protect the products. SEPARATIONS: None required. FORMAT: Covers, 1, 4 and the spine foil stamp, text 1-586 pages and 914 pages. PRINTING: Foil stamp both covers 1, 4 and the spine in solid imitation gold. The balance of the text prints in dense black type and line artwork only. The inside covers 2-3 and end sheets are all blank. NOTE: Heavy ink coverage is required and the contractor must take all necessary precautions to prevent ghosting and lay a smooth, uniform ink film. Ghosting & ?in-line problems? shall not be acceptable. Text signatures must be printed on a lithographic printing press capable of printing the complete color bar as specified. 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. COATING: Overall aqueous coat, satin finish, the outside covers 1, spine & 4 only. 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 extend 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, 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 ? of one percent. Light and heavy inking is not allowed. The contractor must 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: To be determined at a later date. RETURN MATERIALS: Return all camera copy of furnished materials as received and two file copy printed samples. Inventory the final film negatives in printer spreads (only 2 page films for book-work) and furnish copies of all the signed receipts in one package to Paul LaMasters, NCI Printing Officer, Office of Cancer Communications, 6116 Executive Blvd., Room 3064, Rockville, MD 20892. NEGATIVES: Compose negatives as RRED final films in two page printer?s spreads only, allowing a minimum of ?" working margins on all sides, using .007 film, (.004 film is allowed if computer electronic files were provided by the NCI). Pin hole 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: 04-NCI-PC-117 (composed negatives & oks for storage), Survey of Compounds. SHIPPING: Ship 1 advanced sample set to: National Cancer Institute, 6116 Executive Blvd., Room 3064, Rockville, MD 20852; Attn: Printing Officer, 301-402-2624. The ?advanced samples copies? must be received before any other location deliveries. Ship 5 advanced sample sets to: National Cancer Institute, 6006 Executive Blvd., Attn: Ellen Zaika, Room 220, Rockville, MD 20852. Ship 15 ?file sets? to: Library of Congress, Madison Bldg., (Exchange & Gift Division), Federal Documents Section, ?C? Street, North East, (between 1st & N Streets), Washington, DC 20540. Ship 2 ?NCI file sets? to: National Tech. Info Service, Office of Business Developm?t, 5285 Port Royal Road, Attn: Sue Feindt, 703-605-6244, Springfield, VA 22151. Ship 5 (NCI) C & I sets to: NIH, 301 N. Stonestreet Ave., Room 113, Attn: Lisa Harper, Rockville, MD 20892. Ship 2 ?Depository sets? 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 sets? to: NIH, 9000 Rockville Pike, Bldg. 31, Room 5-B-52, Attn: Mr. Jan Ehrman, 301-496-4143. Ship balance of bulk sets to: Aspen Systems, 1000 Haverhill Road, Attn: Lou Young, Baltimore, MD 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 working days notice. Notify the Printing Officer of the day & time products will be available. Continuing production beyond presswork is solely at the contractor?s risk, until an ?ok for binding production? is given in writing. SCHEDULE: Request for quotations are due on 9/8/2004 by 1:30 P.M. EDT. Assuming an award date of 9/10/2004. Display of materials at the NCI, Office of Cancer Communications, 6116 Executive Blvd., Room 3064, Rockville, MD 20852 on 9/1/2004. Material shall be picked up on 9/13/2004. All copies shall be delivered at the NCI destination on 11/15/2004. NOTE: Return of furnished materials and receipts shall be on 11/23/04. 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. 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 (noon) and 1:00 PM - 3:30 PM, Mon-Fri., except federal holidays. Call for delivery appointment prior to any bulk shipments. Stencil each carton on one end, with the NCI PC Number, Title, Inventory Number and the Quantity per carton & per package. 04-NCI-PC-117, (3 volume set per pkg/sets per carton) Survey of Compounds, Inventory No. T-393. 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 44lbs edge crush test, or 275 lbs. bursting strength & specifically made to contain this product. 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" total, (from the floor to the top of the assembly.) Affix packing delivery list to the last pallet loaded on the truck, facing the dock. Use GPO pallets only, 48" x 40" (four way). PROVISION AND CLAUSES: The following FAR provision and clauses apply to this acquisition; FAR 52.212-1 COMMERCIAL ITEMS; 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 STATUES, OR EXECUTIVE ORDERS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITION. The following FAR clauses cited in paragraph (b) of the clauses at FAR 52.212-5 are also applicable to this acquisition; FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; 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 REGISTRATION. Full text copies of the representations and certifications of other cited provisions and clauses may be obtained on line at the NCI website http://amb.nci.hih.gov or from Cynthia Brown, Purchasing Agent, (301-402-4509). OFFERS: Offers must be submitted on 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 the contracting office by 1:30 PM (local Washington, DC time EDT on 9/8/2004. Please refer to solicitation number RFQ-NCI-40121-NQ. NOTE: All contractors wishing to conduct business with the Federal Government are required to be registered in the Central Contractor Registration (CCR). Website: http://www.ccr.gov/.
 
Record
SN00639562-W 20040811/040809211901 (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 |
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.