COMMERCE BUSINESS DAILY ISSUE OF JUNE 14, 2001 PSA #2872
SOLICITATIONS
T -- PHOTOGRAPHIC, MAPPING, PRINTING, & PUBLICATION SERVICES
- Notice Date
- June 12, 2001
- Contracting Office
- National Cancer Institute, Research Contracts Branch, PSAS, 6120 Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227
- ZIP Code
- 20892-7227
- Solicitation Number
- RFQ-NCI-10028-NQ
- Response Due
- June 29, 2001
- Point of Contact
- Cynthia Brown, Purchasing Agent, 301-402-4509, Gail Zois, Contracting Officer
- 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 the 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-10028, includes all applicable provisions and clauses in effect through FAR FAC 97-25. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial item. 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 Requirement" (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. REQUIREMENTS: TITLE: What You Need To Know about Cancer of the Uterus. PRODUCT: 40 page text with separate 4 page wrap-around cover. 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: 325,000 copies and final films used in the production of printing. TRIM SIZE: 5-3/8" x 8-3/8", saddle wire stitch binding on the 8-3/8" dimension. FURNISHED MATERIALS: 1 Zipdisk containing 44 electronic page mechanicals using Adobe Illustrator art and QuarkXpress layouts (from a Macintosh) with marked up laser proofs, 4 reflective illustrations & a previously printed similar sample as a guide for binding requirements. PROOFS: Provide 2 sets of laminated halftone dot proofs, from final films, stripped to show the full press sheet imposition, including colorbar, showing guide, gripper and ruled-up for all bindery marks of each form, plus 2 dylux proofs, with all elements in proper position, folded and trimmed to final size. NCI shall retain one complete set. Laminated proofs shall match the required PMS colors exactly or the contractor can, at their option, provide press proofs for evaluation. No "process build" or stochastic styled proofs are acceptable. PAPER: Covers-80 lb. White #1 matte finish cover, minimum, brightness of 86, (Frostbrite, Moistrite, Mountie, or an approved equal); Text -70 lb. White #1 offset opaque text, target brightness of 90, (Hammermill, Simpson, Springhill, or an approved equal). Only those papers listed above as approved #1 sheet equals will be considered. See the 34th edition ("00-01" 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. All offset text stock, when required, must be smooth finish only. Rolland Opaque is not an approved alternative sheet. American Mill brand manufactured papers only, private label and or foreign manufactured papers will not be acceptable, also refer to NCI Standard Specifications. INKS: PMS 258 (Purple) and dense Black Inks only. 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-litho/20%. BINDING: Saddle wire stitch twice through the spine, along the 8-3/8" dimension. Bleed trim on 3 sides 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 four page component, short trimmed or binding lip attachment methods shall not be acceptable. Steel rule die-strike the cover fold to prevent cracking, (a litho press or rotary stitcher score is not acceptable). Run the cover paper grain parallel to the spine. SEPARATIONS: None required. FORMAT: Covers 1-4, text pages 1-40. PRINTING: Print outside covers 1 and 4 in a solid and two flat tint areas bleeding all sides using PMS 258. Black overprint text and rules prints on both pages with a reversed to white headline on cover 1. Covers 2 prints with a 20% screen of PMS 258 plus Black text, keylines and a rule. Cover 3 prints as black type matter only. Text pages 4, 11, 17, and 24 each contain a line art illustration reproducing in solid black ink with text and rules plus a 20% screened PMS 258 background, from separate furnished reflective artwork. Rubyliths are not cut accurately. The contractor shall adjust these overlays as necessary to create clean sharp edges (without any additional charges to the government). Text pages 5, 6, 12, 16, 18, 20, and 21 each print with a 20% screen of PMS 258 with black text, keylines and a rule. Text pages 3, 5, 8, 10, 13-14, 16, 18, 20-21, 25-26, 37, and 39 each print a solid PMS 258 first character reversed box plus black ink type matter and rules. Text page 2 is blank with the balance of the text prints in black ink from all line artwork. NOTE: Heavy ink coverage is required and the contractor must take any and all necessary precautions to prevent ghosting and lay a smooth uniform ink film. Text and cover signatures must 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 3 of these specifications. Do not assume that "sheet-fed perfecting" is acceptable to the government. An on-site inspection during the makeready shall use the following as the standard for acceptance on perfection. If the NCI representative is unable to determine by examination which side is first down, then "perfecting" is acceptable. Web fed printing techniques shall be on heat-set equipment only. Ghosting and "in-line problems" will not be acceptable. COATING: Overall (satin finish) aqueous coat or dull varnish the outside covers only. MARGINS: Bleeds follow trim marks on furnished camera copy and electronic materials. DISPLAY EXAMINATION: Examination of the furnished materials/camera copy is an integral part of these specifications. No additional payment shall be allowed due the contractor's failure to examine the copy and thoroughly understand the nature and extent of the work to be preformed. 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 build 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 shall provide the correct viewing conditions for all press sheet inspections including 5000 degree kelvin light sources housed in a completely enclosed neutral gray booth together with fully functional, properly calibrated densitometers, also refer to NCI Standard Specifications. 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 products in units of twenty copies only (shrink wraps and paper bands are not acceptable). Turn the products as necessary to make a neat stack. Pack in new 275 pound test corrugated containers filled to the top, 240 copies per carton. The cartons shall be specifically manufactured to fit this product. The maximum weight shall not exceed 42 pounds per carton. Products must lay flat, do not stand upright to cartons. No packaging deviations shall be allowed. Label or stencil each carton end. RETURN MATERIALS: Return all camera copies (or furnished materials) as received, 2 file copy samples, inventory final films in 2 page printer spreads only and provide 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 2 page printers' 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 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 a return by the government. Ownership of these films shall remain the property of the Government. 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 information required as follows: 01-NCI-PC-087 (Negatives for storage) "What You Need To Know about Cancer of the Uterus". 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 Document Section, "C Street, North East, (between 1st & N Streets) Washington, DC 20540; ship 730 depository copies to: US Government Printing Office, Depository Receiving Section, Jackson Alley, Room #A-150, Washington, DC 20401 , Mail Stop: SSLA, Attn: Mr. William Teele, label cartons item #507-G-22; ship the balance of bulk copies to: Aspen Systems, Inc., Attn: Mr. Andy McMahon, 1000 Haverhill Road, Baltimore, MD 21229, (410) 644-7853. 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 all art and or 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 6/22/01. Assuming an award date of 07/03/01, material shall be picked up 07/05/01, 100,000 copies due on 08/07/01. Balance of copies due on 08/22/01. All furnished materials, sample copies and receipts shall be returned on 08/29/01. NOTE: Please be aware that without the return of all furnished items, complete as specified within these printing specifications, payment will be withheld until all materials are received. Be prepared to furnish a signed receipt should your billing be delayed. This 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 back cover of all publications, in the lower right hand position by the spine. If the number is provided, use it on the cartons. Receiving hours are 6:30 AM- 12 (noon) and 1:00 PM-3:30 PM, 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 Number, Title, Inventory Number and the Quantity per carton and per package. 01-NCI-PC-087 (20 per package/240 per carton) What You Need To Know...., Inventory control No. P-039. Plastic strap brand every skid in both directions (twice) over corrugated edge protectors and wooden pallet tops, 40" x 48". Cover all skids with plastic stretch wrapping after banding, tops and edge protectors. Affix a packing list for all deliveries to the outside skid, accessible from dock area. All skids shall be four-sided entry and the weight must not exceed 2,200 pounds. Stock pallets not to exceed 50" from the floor to top. The required pallet dimensions are Side Dimensions: 40" and Front Dimensions: 48". All cartons shall be new, 275 pound test corrugated and specifically made to contain the products as specified under, "PACKING". Basis for award: Award will be made to the responsible offeror with the responsive, lowest priced quote 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 A FOR SIMPLIFIED ACQUISITIONS; FAR 52.213-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-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 ACTON 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 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 Cynthia Brown, Purchasing Agent, (301) 402-4509. OFFERS: Offers must be submitted on an SF-18 or SF1449 with a completed "Schedule of Supplies/Services". Quotation/Offers must be accompanied 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 June 29, 2001. Please refer to the solicitation number RFQ-NCI-10028. See numbered note #1.
- Record
- Loren Data Corp. 20010614/TSOL003.HTM (W-163 SN50O6N5)
| T - Photographic, Mapping, Printing and Publication Services Index
|
Issue Index |
Created on June 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|