Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Eating Hints for Cancer Patients (Spanish Version)

Solicitation Number: NCI-90006-KM
Agency: Department of Health and Human Services
Office: National Institutes of Health
Location: National Cancer Institute, Office of Acquisitions
  • Print
:
NCI-90006-KM
:
Combined Synopsis/Solicitation
:
Added: Oct 21, 2008 10:42 am

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-­­­­­­­­­­­90006-KM
includes all applicable provisions and clauses in effect through FAR FAC 2005-27
(September 2008) 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 prospective 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 Karri Mares at maresk@mail.nih.gov.


 


REQUIREMENT:  Eating Hints for Cancer Patients (Spanish Version)


 


PRODUCT:  68 page text with a separate 4 page
wrap-around


 


BASIS FOR AWARD:   The actual award amount will be $37,500 for
this contract. The objective is to obtain the highest possible quantity for
this dollar amount. Your added rate per thousand overs will/could be used to
either increase or decrease your firms bid price to reach this dollar amount.
The failure to provide an added rate will render your firm’s response
unacceptable.


 


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. All contractors offering a bid shall have passed
the NCI Requirements for New Bidders


prior to consideration of
their response for award. A minimum sixty calendar days are necessary for the
evaluation processing to be completed.           


 


QUANTITY:  20,000 copies and the final film or files used
in the production of printing.


 


TRIM SIZES:   5-7/8” x 9-1/8”, saddle wire stitch binding
along the 9-1/8” dimension


 


FURNISHED MATERIALS:  A Mac OS-X compatible CD-Rom disk, together
with a set of color proofs (laser printed dummy) as a guide to production.
Quarkxpress 7.0, InDesign CS-3 Illustrator CS-3, Photoshop CS-3 applications
are used for desktop publishing.


 


PROOFS: Provide laminated,
digital, halftone-dot proofs, stripped to show the full press sheet imposition,
including colorbar, showing guide, gripper and ruled-up for all bindery marks
on each form. Proofs shall have a PIA/GATF Proof comparator (or similar process
control) affixed to the back or face of the proof. Spot colors shall be a match
of the Pantone reference books on the laminated proofs (with ink draw downs
provided for approval, on the proposed substrates).  Additionally, provide two inkjet
“dylux-styled reader” proofs, with all elements in proper position, folded and
trimmed to final size. NCI shall keep one dylux.


 


PAPER:   80 lb. white premium coated offset recycled
cover, minimum brightness of 94+ (Centura Silk, McCoy Silk, Mohawk 50/10 Matte,
or Utopia One-X dull)


 


Text: 80 lb. white premium
coated offset recycled text, minimum brightness of 94+ (Centura Silk, McCoy
Silk, Mohawk 50/10 Matte, or Utopia One-X dull) Only those papers listed above as approved equals will be considered.
See the 42nd. Edition (May 2008 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:   Four color process, PMS 133, PMS 466 and dense Black Ink. Solid
inks, no builds allowed. Inks shall contain minimum percentages of vegetable
oil in compliance with federal procurement mandates.


 


BINDING:  Saddle stitch twice through the spine along
the 9-1/8” dimension. Bleed trim 3 sides, to a final size after binding of
5-7/8” x 9-1/8”. 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. Diecut channel score the cover fold
to prevent cracking, (a litho press score and/or a rotary score on the stitcher
is not acceptable). Run all the cover paper grain parallel to the spine.


 


SEPARATIONS: None required
(all of the process illustrations are furnished)


 


FORMAT:  648 text pages (circle folioed) plus
wraparound cover pages 1-4.


 


PRINTING: Print outside
covers 1 and 4 in solid PMS 133 with overprint type and rules in Black.
Type matter also reverses to white. One large rectangular area reverses out of
solid background and prints 4 color process. Type also appears in solid PMS
466. The inside covers 2-3 print in a solid bleeding all sides
background color of PMS 466, cover 2 has a knockout silhouette area printing in
4 color process, and black type matter overprinting.


 


The text pages 1, 2-4, 8,
12, 18, 20-22,25, 27, 30, 34, 36, 39-40
and 45 each print in four
color process, PMS 466 and Black type matter. All the illustrations are
silhouette finish. Balance of text pages print PMS 466 and Black ink
line art and text only.


 


NOTE: Traps and varnish/coating masks are entirely the
contractor’s responsibility.  Heavy ink
coverage is required and the contractor must take any and all necessary
precautions to prevent ghosting & lay a smooth uniform ink film. This product
shall 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 4 of
these specifications. 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 fed printing techniques
shall be on dryer equipped presses only and web-growth will not be acceptable!  Ghosting & “in-line problems” shall
not be acceptable
.


 


COATING: Overall aqueous
coat, satin finish, on outside covers pages 1 and 4 only. A “drytrapped”
overall varnish may NOT be substituted.


 


DISPLAY EXAMINATION: Examination
of the furnished materials is an integral part of specifications. No additional
payment will be allowed due the contractor’s failure to examine the copy and
thoroughly understand the nature and the extent 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 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° kelvin light sources housed in a completely
enclosed neutral gray-booth and functional densitometers.
If the presses are equipped with automatic scanners you are NOT relieved of the requirement for the customer
colorbar, as detailed above.


 


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 or
shrink wrap in units of 20 copies only, paper banding shall not be allowed.
Turn the items if necessary, to form a “neat” stack. Pack in new 44 pound edge
crush test corrugated boxes filled to the top with 120 copies each. 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 least title and “PC” number. 
09-NCI-PC-009 Eating Hints for Cancer Patients (Spanish Version)


 


RETURN MATERIALS:  (#1). Return all camera copy or furnished
materials as received, to the NCI Printing Office, at the address listed,...
see page 4 of these specifications. (#2-A). Provide 2 “office file copy-printed
samples” and (#2-B). Furnish a set of the all the signed receipts in one
package to the NCI Printing Office.


(#3). Create a reprint
digital deliverable (Macintosh compatible CD-Rom disk of the high-resolution
files used for print production, for example ~ a download from your production
server), provided to the NCI Printing Office. (#4). Provide a single page
formatted web-posting file version, (as an Acrobat PDF on a separate CD-Rom),
directly to the client’s “sample copies address”,.. see page 4 of these
specifications. NOTE: Items #1-4, (the Return Materials) are due 7 calendar
days from the date of the last delivery.


 


SHIPPING:  The advanced samples copies: must be received
before any other location deliveries.  3
advanced samples copies to:  NCI
Printing, (301-402-2624) 6116
Executive Boulevard, Room 3064, Rockville, MD 20852, Attn: Printing Officer. 


 


Ship balance of bulk copies
to: Lockheed Martin Information Technologies, ATTN: Ms. Lou Young 1000
Haverhill Road Baltimore, Maryland 21229, (P) 410-644-7742; SCHEDULE DELIVERY
APPOINTMENT, (BY ELECTRONIC MAIL WITH MS. YOUNG), PRIOR TO ANY CARRIER ARRIVALS
AT THE WAREHOUSING FACILITY at anna.l.young@lmco.com.  Schedule a delivery appointment prior to any
bulk shipments going to the NCI Warehouse. 


 


Ship15 file copies to:
Library of Congress, Madison Bldg., (Exchange and Gift Division), Federal
Documents Section, C Street, North East, (between 1st and N Streets),
Washington, DC 20540. 


 


Ship 2 NCI file copies to:
National Tech. Info Service, Office of Business Development, Attn: Sue Feindt,
(703-605-6244) 5285 Port Royal Road, Springfield, VA 22151. 


 


Ship 2 (NCI) C and I copies
to: NIH Printing, ATTN: Lisa Harper Building 31, Room B-4B-N-08 9000 Rockville
Pike Bethesda, Maryland 20892 301-496-6781.


 


Ship 2 depository copies to:
the U.S. GPO, Stop: SSLA Depository Receiving Section; 44 H Street NW loading
dock Washington, DC 20401 Label cartons...item number 507-G-02.


 


Ship 2 NCI file copies to:
ATTN: Mr. Jan Ehrman at NIH 9000 Rockville Pike, Building 31, Room 5-B-52
Bethesda, Maryland 20892 301-496-4143.


 


Ship 10 “client samples” and
the digital deliverable data files
to: National Cancer Institute ATTN: Ms.
Lorna Patrick; 6116 Executive Blvd,
room 202; Rockville, Maryland 20852
(301) 594-8994.


 


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 days notice. Notify the NCI at 301-402-2624 for inspection.


 


SCHEDULE:  Display of materials at NCI, OC, Building
6116, Room 3064; Executive Boulevard;
Rockville, MD 20852
on 10/23/2008.


 


QUOTATIONS ARE DUE: 11/5/2008
at 11:00 am.


 


Award shall be made on or
about 11/7/2008.


 


Material pickup on or about: 11/12/2008.


 


1,000 copies due at the NCI destinations
as listed above 12/5/2008.  Advanced
sample copies must be received at the NCI Office of Cancer Communications prior
to any bulk distributions.


 


Balance of copies due at
destinations: 12/12/2008.


 


Return of furnished materials
and receipts: 12/19/2008.


 


NOTE: Please be aware that w/o 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.


 


GENERAL PACKAGING:  General packaging information for bulk
shipments delivered to the National Cancer Institute Shipments not conforming
to these requirements SHALL be refused. 


 


The exact packaging for each
order will be detailed within the printing contract from the government. 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 and 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 and 1-3:30 pm, Monday-Friday,
except federal holidays.


 


Please
contact (by email) for a delivery appointment, prior to any bulk shipments. 
Ship
the bulk copies to: Lockheed Martin Information Technologies; Email: anna.l.young@lmco.com;
1000 Haverhill Road, Baltimore, Maryland 21229, ATTN: Ms. Lou Young
410-644-7742.


 


Ship the 3 samples to:
National Cancer Institute, Publications Services Branch, 6116 Executive
Boulevard, room 3064, Rockville, Maryland 20852 ATTN: Printing Officer
301-402-2624.


 


Stencil each carton on 1 end,
with the NCI PC Number, Title, Inventory Number and the Quantity per carton and
per package;
09-NCI-PC-009 (20 per package /160 per carton) Eating Hints (Spn).


Inventory No.  P-830.


 


Band each pallet twice, in
both directions, using plastic strapping over corrugated edge protectors only.


 


Cover the pallets with
plastic stretch wrap after strap banding and corrugated edges.


 


The cartons shall only be new
44 pounds; Edge-crush test or 275 pounds bursting strength and specifically
made to contain this product.


 


Affix packing delivery list
to the last pallet 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 inches total, (from
the floor to the top of the assembly).


 


Use 48 x 40, four way GPO
Pallets only.


 


PROVISIONS AND CLAUSES:  The following FAR provisions and clauses apply
to this acquisition:


 


FAR clause 52.212-1
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (April 2008);


FAR clause 52.212-3 OFFEROR
REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (November 2007) WITH DUNS
NUMBER ADDENDUM {52.204-6 (April 2008)};


 


FAR Clause 52.212-4 CONTRACT
TERMS AND CONDITIONS – COMMERCIAL ITEMS (February 2007);


 


FAR Clause 52.212-5: CONTRACT
TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS-COMMERCIAL ITEMS (June 2008).  The
following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are
also applicable to this acquisition;


Far
Clause 52.219-6      Notice of Total Small Business Set-Aside


Far Clause 52.219-28     Post Award Small Business Program
Representation


Far Clause 52.222-3      Convict
Labor


Far Clause 52.222-19     Child Labor-Cooperation with Authorities and
Remedies


Far Clause 52.222-21     Prohibition of Segregated Facilities


Far Clause 52.222-26     Equal Opportunity


Far Clause 52.222-35     Equal
Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era,
and Other Eligible Veterans


Far Clause 52.222-36     Affirmative Action for Workers with
Disabilities


Far Clause 52.222-37     Employment
Reports of Special Disabled Veterans, Veterans of the Vietnam Era,
and Other Eligible Veterans


Far Clause 52.225-1      Buy-American
Act Supplies


Far Clause 52.232-33     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 Karri Mares,
Contract Specialist at maresk@mail.nih.gov. 


 


OFFERORS: Offers must be
submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and
Certifications-Commercial Items-with Duns Number Addendum, signed by an
authorized representative of the offeror OR provide a copy of the valid
certification registrations of the offeror’s Central Contractor Registration
(CCR) and Online Representations and Certifications Applications (ORCA). 


 


PLEASE NOTE: In order to
receive an award, contractor must be registered in and have valid
certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov).    


 


Quotations must be received
in the NCI-OA contracting office by 11:00 a.m. on 11/5/2008.  Please refer to solicitation number RFQ-NCI-­­­­­­­­­­­90006-KM
on all correspondence.   No collect calls will be accepted.  Faxed or electronic mail quotations will NOT
be accepted. 


 

:
6120 Executive Blvd.
EPS Suite 600
Rockville, Maryland 20852
:
Karri L. Mares,
Contract Specialist
Phone: 3014357774
Fax: 301-402-4513
:
Caren N Rasmussen,
Lead Contract Specialist
Phone: (301) 402-4509
Fax: (301) 402-4513