Sei sulla pagina 1di 8

Specifications by JKB Jacket 409-826

Page 1 of 8 U.S. Department of Commerce, Census 9-00009


Reviewed by

BID OPENING: October 15, 2019

BIDS SHALL BE PUBLICLY OPENED AT 11:00 A.M., PREVAILING WASHINGTON, D.C. TIME.

ANY QUESTIONS BEFORE AWARD CONCERNING THESE SPECIFICATIONS CALL JIM BALLOU.
AFTER AWARD, REFER ALL QUESTIONS TO YOUR CONTRACT ADMINISTRATOR WHOSE NAME
APPEARS IN THE UPPER PORTION OF THE PURCHASE ORDER BY CONTACTING TEAM 1 AT (202)
512-0310.

FACSIMILE BID SPECIFICATIONS

U.S. Government Publishing Office (GPO)


Washington, D.C.

GPO CONTRACT TERMS: Any contract which results from this Invitation for Bid will be subject to
the applicable provisions, clauses, and supplemental specifications of GPO Contract Terms (GPO
Publication 310.2, effective December 1, 1987 (Rev. 1-18)) and GPO Contract Terms, Quality Assurance
Through Attributes Program for Printing and Binding (GPO Publication 310.1, effective May 1979 (Rev.
8-02)).

NOTE: The GPO 910 “BID” Form is no longer required. Bidders are to fill out, sign/initial, all applicable
pages.

BIDDERS, PLEASE NOTE: GPO has issued a new GPO Publication 310.1, Quality Assurance
Through Attributes (Rev 9-19).

PRODUCT: Saddle stitched Booklets, Maps (2 versions) plus mail Tube Stickers.
QUALITY LEVEL: Quality Level III Required
TITLE: SIS Stateside Principal Kits.
QUANTITY: Item 1: 117,821 Saddle stitched Booklet
Item 2: 235,642 Map 1 (Elementary/Middle School)
Item 3: 117,821 Map 2 (High School)
Item 4: 117,229 Mail Tube Stickers

PAGES: Item 1: 16 pages (Self-Cover) – Head to Head


Items 2 and 3: Head to Head
Item 4: Face Only

TRIM SIZE: Item 1: 8-1/2 x 11"


Items 2 and 3: 48 x 36”
Item 4: 5-1/2 x 6-1/2”

GOVERNMENT TO FURNISH:
A PDF file and the purchase order will be emailed to contactor upon award.

One (1) PDF for the Booklet


Page 2 of 8 Jacket 409-826
One (1) PDF for each Map
Three (3) Excel lists containing Distribution Lists
One (1) PDF for the Label
One (1) PDF file showing the label on package

One (1) GPO Form 892 - Proofs


One (1) GPO Form 917 - Certificate of Selection of Random Copies.

Prior to image processing, the contractor is responsible for performing a basic check (preflight) of the furnished
publishing files to assure accurate output of the required reproduction image. Any errors, media damage or data
corruption that might interfere with proper file imaging must be reported to the contract administrator in sufficient
time to comply with the shipping schedule.

In addition, the contractor is responsible for creating or altering any necessary trapping, setting proper
screen angles and screen frequency, and defining file output selection for the imaging devise being
utilized. All furnished files must be imaged as necessary to meet assigned quality level.

CONTRACTOR TO FURNISH: All materials and operations, other than those listed under "Government to
Furnish," necessary to produce the product(s) in accordance with these specifications.

PROOFS: Prior to the commencement of production of the contract production quantity, the contractor
shall submit 2 samples to: U.S. Census Bureau, Attn: Laura Sewell, Room 8H172A, 4600 Silver Hill Road,
Washington, DC 20233, 301-763-2989. The samples will be tested for conformance of material(s and/or
for construction. The contractor shall also submit 1 sample to: Team Y&R, Attn; Judy Lem, 607 14th Street,
NW Ste. 300, Washington, DC 20004, 646-221-2862. The samples will be tested for conformance of
material(s and/or for construction. The container and accompanying documentation shall be marked
PREPRODUCTION SAMPLES and shall include the GPO jacket, purchase order, and program numbers.
The samples must be submitted in sufficient time to allow Government testing of the samples and
production and shipment in accordance with the shipping schedule.

When submitting samples, contractor should include at least one of each type of kit (Kit 1, Kit 2,
and Kit 3) that is fully assembled, as it would appear in the mail. Each kit should include 3 maps
and 1 booklet in the Priority Mail Medium Tube with the sticker adhered to the outside, to the
right of the shipping label space per image above.

The Government will approve, conditionally approve, or disapprove the samples within 3 workdays of the
receipt thereof. Approval or conditional approval shall not relieve the contractor from complying with the
specifications and all other terms and conditions of the contract. A conditional approval shall state any
further action required by the contractor. A notice of disapproval shall state the reasons therefor.

If the samples are disapproved by the Government, the Government, at its option, may require the contractor
to submit additional samples for inspection and test, in the time and under the terms and conditions specified
in the notice of rejection. Such additional samples shall be furnished, and necessary changes made, at no
additional cost to the Government and with no extension in the shipping schedule. The Government will
require the time specified above to inspect and test any additional samples required.

In the event the additional samples are disapproved by the Government, the contractor shall be deemed to
have failed to make delivery within the meaning of the default clause in which event this contract shall be
subject to termination for default, provided however, that the failure of the Government to terminate the
contract for default in such event shall not relieve the contractor of the responsibility to deliver the contract
quantities in accordance with the shipping schedule.
Page 3 of 8 Jacket 409-826
In the event the Government fails to approve, conditionally approve, or disapprove the samples within the
time specified, the Contracting Officer shall automatically extend the shipping schedule in accordance with
Contract Clause 12, "Notice of Compliance with Schedules," of GPO Contract Terms (GPO Publication
310.2, effective December 1, 1987 (Rev. 01-18)).

Manufacture of the final product prior to approval of the sample submitted is at the contractor's risk.
Samples will not be returned to the contractor. All costs, including the costs of all samples shall be included
in the contract price for the production quantity.

All samples shall be manufactured at the facilities in which the contract production quantities are to be
manufactured

Contractor must call GPO Contract Compliance Section at (202) 512-0520 or email compliance@gpo.gov
immediately upon sending/delivering proofs and immediately upon notification that the proofs are available
for pickup at the department.

CONTRACTOR MUST NOT PRINT PRIOR TO RECEIVING AN "OK TO PRINT". - Proof approval
will come from Laura Sewell at CENSUS.

All expenses incidental to submitting proofs, furnishing samples and returning materials, must be borne by
the contractor.

PAPER:
Item 1: JCP Code* L21, Smooth and Fancy-Finish Cover, White, SILK FINISH, Basis Size 20 X 26" – 100lb.
Items 2 and 3: JCP Code* A261, No.1 Coated Text, Dull Finish, White, Basis Size 25 X 38" – 100lb.
Item 4: JCP Code* A60, Offset Book, White, Basis Size 25 X 38" – 60lb
For items 2 thru 4: 2 JCP* A261 and JCP* A60:
The requirement for postconsumer fiber (as specified in the Government Paper Specification Standards No. 12)
for this contract is waived. However, the addition of postconsumer fiber is encouraged provided that the
requirements of this standard are met. All other attributes remain the same.
PRINTING: At contractor's option, the product may be produced via conventional offset or digital printing
provided that Quality Level 3 standards are maintained. Final output must be a minimum of 150 line screen and at
a minimum resolution of 1200 x 1200 dpi x 1 bit or 600 x 600 dpi x 4 bit depth technology.

Item 1: 16 page self-cover Booklet prints head to head in four-color process with type, rules, solids, screens, reverses
to white and line art illustrations with light to medium coverage. Uncommon bleeds throughout. After printing,
flood coat with satin aqueous coating all pages.

Items 2 and 3: Prints head to head, full bleed in four-color process with type, rules, solids, screens, reverses to white
and line art illustrations with light to medium coverage. Ink must be permanent and UV fade resistant. After printing
flood coat both sides with satin aqueous coating.

Item 4: Prints one side only in four-color process with type, rules, solids, screens, reverses to white and line art
illustrations with light to medium coverage. Coat back of label with permanent type pressure sensitive adhesive
with a crack and peel backing sheet. Do not penetrate the backing sheet. Adhesive back paper peel off backing has
vertical slit down center. (Crack and Peel).

INK: 4-Color process plus flood satin aqueous

MARGINS: Follow electronic media - contains bleeds (Item 1)


Page 4 of 8 Jacket 409-826
BINDING:

Item 1: Saddle wire stitch uniformly in two places at left on 11" dimension, trim flush 3 sides.

Items 2 thru 4: Trim 4 sides

LABELING AND MARKING: (Package and/or Container Label): Reproduce shipping container label from
furnished repro. Fill in appropriate blanks and attach to shipping containers/packages. Mark cartons with Form,
Jacket, Quantity, Title, and Requisition Numbers.

NOTE: MARK ALL CARTONS WITH THE FOLLOWING INFORMATION:


JOB
TITLE:
REQUISITION:
JACKET
NO.:
QUANTITY: __________
NUMBER OF BOXES: EX. Box 1 of 4, Box 2 of 4...

PACKING:
Contractor will need to obtain 117,229 USPS Priority Mail Medium Tubes (37 11/16 x 6-1/8 x 5-1/8 x 5-
1/16”). See image below for where to attach the sticker. Contractor will then insert 3 rolled copies of item
1 or2 (corresponding to the list below) into the Priority Mail Medium Tube. Copies of item 2 and 3 should
not be folded. Contractor will then insert 1 copy of item 1 into the Priority Mail Medium Tube and affix
item 4 to the outside of the Priority Mail Medium Tube to the right of the shipping label space per image
below. Contractor to create mailing labels for each package/tube using supplied distribution list. ALL
POSTAGE COSTS SHOULD BE INCLUDED IN BID. A signed receipt is required for all deliveries.

There are three lists for distribution. Each list will receive a different kit. The list and their
corresponding kits are:

• Kit 1: List 1 Principals Elem Middle School 09.26.2019 (82,190 recipients)


o Item 1: 1 copy booklet
o Item 2: 3 copies of Map 1 (Elem/Middle)
o Item 4: 1 copy tube sticker
• Kit 2: List 2 Principals High School 09.26.2019 (19,071 recipients)
o Item 1: 1 copy booklet
o Item 2: 3 Copies of Map 2 (High)
o Item 4: 1 copy tube sticker
• Kit 3: List 3 Principals K12 09.26.2019 (15,968 recipients)
o Item 1: 1 copy booklet
o Item 2: 2 copies of Map 1 (Elem/Middle School) and
o Item 3: 1 copy of map 2 (High School)
o Item 4: 1 copy tube sticker
Page 5 of 8 Jacket 409-826
Label to be affixed to tube per image:

DISTRIBUTION:
Contractor must notify the ordering agency on the same day that the product ships/delivers via e-mail sent to
judy.lem@vmlyr.com. The subject line of this message shall be “Distribution Notice for Jacket 409-826 and
Requisition number 9-00009. The notice must provide all applicable tracking numbers, shipping method, and
Title. Contractor must be able to provide copies of all delivery, mailing, and shipping receipts upon agency
request. NOTE: Be sure to email complete list of Priority Mail tracking Numbers to judy.lem@vmlyr.com

Mail 117,229 pieces per furnished distribution lists. Mailing must be traceable

F.O.B. Contractor’s City – Using Contractors First Class Pre-sort Indicia, Must Mail all prepared Flat rate
packages as prescribed in the U.S. Postal Service Mail Manual.

Contractor is required to apply the appropriate postage to each package. Contractor will be reimbursed
for postage by submitting a properly completed postal service form (or equivalent) with billing invoice
for payment.

****GPO COPIES**** NOTE: for GPO copies are required for Items 2 and 3 only.

Deliver 577 Copies each of Items 2 and 3 to: BAC (FDLP) 1520-01, U.S. Government Publishing Office, Federal
Depository Library Program, (FDLP), Document Warehouse, 8660 Cherry Lane, Laurel, MD 20707-4986, Marked
Depository Item: 0146A00
Page 6 of 8 Jacket 409-826
Deliver 15 copies each of items 2 and 3, BAC (BY-LAW) 1525-01, to: Library of Congress, U.S. Serials and
Government Documents Section, U.S. Anglo Division, 101 Independence Avenue SE, Stop 4276, Washington, DC
20540-4276. NOTE: All shipments to this destination must be via FedEx, UPS or United States Postal Service
(USPS)., Marked "Depository File Copies",

SCHEDULE: The Purchase Order and project files will be available for pick up, or will be e-mailed, at
the U.S. Government Publishing Office, Washington, D.C. 20401, no later than October 23, 2019.

Submit prior to production samples as soon as the contractor deems necessary in order to comply with the
shipping schedule. Prior to production samples will be withheld no more than three (3) workdays from
their receipt at the ordering agency until they are made available for pickup by the contractor.

Deliver complete by November 15, 2019.

Unscheduled material such as shipping documents, receipts or instructions, delivery lists, labels, etc., will
be furnished with the order or shortly thereafter. In the event such information is not received in due time,
the contractor will not be relieved of any responsibility in meeting the shipping schedule because of failure
to request such information.

Contractors are to report information regarding each order for compliance reporting purposes and include
date of delivery (or shipment if applicable) for proofs and delivery schedules in accordance with the
contract requirements by contacting Shared Support Services Compliance Section via e-mail to
compliance@gpo.gov; via telephone at (202) 512-0520; or via facsimile at (202) 512-1364. Personnel
receiving the e-mail, call, or facsimile will be unable to respond to questions of a technical nature or
transfer any inquiries.

QUALITY ASSURANCE STANDARDS: The following standards shall apply to these specifications:
Inspection Levels (from ANSI/ASQC Z1.4):
(a) Non-destructive Tests -- General Inspection Level III.
(b) Destructive Tests -- Special Inspection Level S-2.
Specified Standards-- The specified standards for the attributes requiring them shall be:

ATTRIBUTE SPECIFIED STANDARD


P-7. Type Quality and Uniformity Approved Proofs/Electronic Proof

Prior to award, contractor may be required to provide information related to specific equipment that will be used
for production.

PAYMENT: Submitting invoices for payment via the GPO fax gateway (if no samples are required)
utilizing the GPO barcode coversheet program application is the most efficient method of invoicing.

Instruction for using this method can be found at the following web address:
http://winapps.access.gpo.gov/fms/vouchers/barcode/instructions.html
Invoices may also be mailed to: U.S. Government Publishing Office, Office of Financial Management,
Attn: Comptroller, Stop: FMCE, Washington, DC 20401.

For more information about the billing process refer to the General Information of the Office of Finance
web page located at https://www.gpo.gov/how-to-work-with-us/vendors/how-to-get-paid

PREAWARD SURVEY: In order to determine the responsibility of the prime contractor or any
subcontractor, the Government reserves the right to conduct an on-site preaward survey at the
contractor's/subcontractor's facility or to require other evidence of technical, production, managerial,
Page 7 of 8 Jacket 409-826
financial, and similar abilities to perform, prior to the award of a contract. As part of the financial
determination, the contractor in line for award may be required to provide one or more of the following
financial documents:

1) Most recent profit and loss statement


2) Most recent balance sheet
3) Statement of cash flows
4) Current official bank statement
5) Current lines of credit (with amounts available)
6) Letter of commitment from paper supplier(s)
7) Letter of commitment from any subcontractor

The documents will be reviewed to validate that adequate financial resources are available to perform the
contract requirements. Documents submitted will be kept confidential, and used only for the determination
of responsibility by the Government. Failure to provide the requested information in the time specified by
the Government may result in the Contracting Officer not having adequate information to reach an
affirmative determination of responsibility

BID SUBMISSION: Submit bid in pre-addressed envelope furnished with solicitation or send to: U.S.
Government Publishing Office, Bid Section, Room C-848, Stop: CSPS, 732 North Capitol Street, NW,
Washington, DC 20401. Facsimile bids in response to this solicitation are permitted. Facsimile bids may
be submitted directly to the GPO Bid Section, Fax No. (202) 512-1782. The Jacket number and bid
opening date must be specified with the bid. Refer to Facsimile Bids in Solicitation Provisions of GPO
Contract Terms, GPO Publication 310.2, as revised June 2001. Hand delivered bids are to be taken to:
GPO Bookstore, 710 North Capitol Street, NW, Washington, DC, between the hours of 8:00 a.m. and
4:00 p.m., prevailing Washington, DC, time, Monday through Friday. The contractor is to follow the
instructions in the Bid Submission/Opening area. If further instruction or assistance is required, call (202)
512-0526.
OFFERS: Offers must include the cost of all materials and operations for the total quantity ordered in accordance
with these specifications. A price must be submitted for each additional 1,000 assembled sets. The price for
additional quantities must be based on a continuing run, exclusive of all basic or preliminary charges and will not
be a factor for determination of award.
Page 8 of 8 Jacket 409-826

JACKET NUMBER BID PRICE: ADDITIONAL/M

Jacket 409-826 $________________________ $__________________

SHIPMENT(S): Shipments will be made from: City ________________, State _____________

The city(ies) indicated above will be used for evaluation of transportation charges when shipment f.o.b. contractor’s
city is specified. If no shipping point is indicated above, it will be deemed that the bidder has selected the city and
state shown below in the address block, and the bid will be evaluated and the contract awarded on that basis. If
shipment is not made from evaluation point, the contractor will be responsible for any additional shipping costs
incurred.

DISCOUNTS: Discounts are offered for payment as follows: ____________ Percent, ___________calendar days.
See Article 12 “Discounts” of Solicitation Provisions in GPO Contract Terms (Publication 310.2).

AMENDMENT(S): Bidder hereby acknowledges amendment(s) number(ed) ______________

BID ACCEPTANCE PERIOD: In compliance with the above, the undersigned agree, if this bid is accepted
within____________ calendar days (60 calendar days unless a different period is inserted by the bidder) from the
date for receipt of bids, to furnish the specified items at the price set opposite each item, delivered at the designated
points(s), in exact accordance with specifications.

NOTE: Failure to provide a 60-day bid acceptance period may result in expiration of the bid prior to award.

BIDDER’S NAME AND SIGNATURE: Unless specific written exception is taken, the bidder, by signing and
submitting a bid, agrees with and accepts responsibility for all certifications and representations as required by the
solicitation and GPO Contract Terms - Publication 310.2. When responding by fax or mail, fill out and return one
copy.

Bidder
(Contractor Name) (GPO Contractor’s Code)

(Street Address)

(City – State – Zip Code)

By
(Printed Name, and Title of Person Authorized to Sign this Bid)

(Signature) (Date)

(Telephone Number) (Email Address)

Contracting Officer Review: __________Date: __________ Certifier: __________Date:________


(Initials) (Initials)

Potrebbero piacerti anche