Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13,1998 PSA#2199

USDA, Food Safety and Inspection Service, ASD, PCS, Room 2161 South Building, 1400 Independence Avenue SW, Washington, DC 20250-3700

R -- CD DUPLICATING SERVICES SOL FSIS-2-W-99 DUE 101998 POC Janet Elm This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation Subparts 12.6 and 13.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, bids are being requested from this announcement, and a written solicitation document will not be issued. Solicitation No. FSIS-2-W-99 is issued as an invitation for bids (IFB) The applicable SIC code is 7334. This solicitation and incorporated provisions and clauses are those in effect through FAC 97-06. The U.S. Department of Agriculture, Food Safety and Inspection Service (FSIS) has a requirement for CD Duplication Services. CD duplication: source material for duplication shall be a 2X or 4X CD-R. CD Printing: Minimum 2-color printing on the CD. Source material shall be from electronic files. (Printing from negative film is also desired, but does not substitute for electronic files as a mandatory primary source.) Supportfor either QuarkExpress or Powerpoint is mandatory. EPS is a mandatory format that must be supported additional optional desired formats include: AI and JPEG. Jewel Case Insert Printing: Minimum 4-color printing for both the inlay card (back and spines of the jewel case) and the removable printed booklet/sheet (front cover of the jewel case). The front insert shall be a two panel format. Source material shall be from electronic files. Support for either QuarkExpress or Powerpoint is mandatory. It is preferred that vendors accept both formats. Mandatory imported picture files include EPS and JPEG. Additional optional desired imported pictures files include: TIF and PCX. Packaging: Final product shall be a shrink wrapped jewel case containing the duplicated CD and the inserted inlay card and booklet/sheet. Submission of Samples: The contractor is required to submit one CD, which demonstrates their (a) CD duplication capabilities, (b) front and back insert printing, (c) assembly of final CD product including CD, printed inserts, and shrink wrap packaging. Submit pricing for the following duplication quantities (CD and insert printing) for an original CD: 50 copies, 1,000 copies, 4,000 copies, 5,000 copies. Minimum duplication services will be one order of 4,000 copies and maximum annual duplication services will be 20 orders, each up to 4,000 copies. The following provisions and clauses are incorporated in this solicitation by reference. The provisions will be provided by the Contracting Officer in the full text upon written request. FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items, paragraphs b(6) through (10). The following provision is also incorporated into this solicitation and must be completed and returned with the bid; FAR 52.212-3, Offeror Representations and Certifications. The Government intends to make a single award of a Firm -Fixed price order to the responsible bidder whose bid provides the best value to the government based on price and conformance to FSIS specifications and CD sample. Award will be made utilizing Simplified Acquisition Procedures. This procurement is a small business set-aside. In response to this solicitation, bidders must provide the following information; company name, address, telephone number, bid price, delivery time, payment terms, taxpayer identification number, completed FAR provision 52.212-3, and the signature of an authorized representative. Delivery shall be FOB destination. Bids must be received in the Contracting Office by 3:30pm EDST on October 19, 1998. For information regarding this solicitation, please call Janet Elm on 202-720-0572. Posted 10/08/98 (I-SN260489). (0281)

Loren Data Corp. http://www.ld.com (SYN# 0084 19981013\R-0009.SOL)


R - Professional, Administrative and Management Support Services Index Page