FY24 SY24 4HSS Self-Mailer

Agency: U.S. Government Publishing Office
State: Federal
Level of Government: State & Local
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD14567568977831840
Posted Date: Mar 14, 2024
Due Date: Mar 20, 2024
Source: Members Only

Program/Jacket Number: 518-700
Title: FY24 SY24 4HSS Self-Mailer
Bid Opening Date: March 20, 2024
Contract Type: One-Time Bid
Scope: These specifications cover the production of saddle-stitched self-mailers requiring such operations as electronic prepress, printing, binding, construction, gathering and inserting, and distribution.
Quantity: 670000
Ship/Deliver Date: May 24, 2024
GPO Team: MidAtlantic Team
Files: 518-700

Attachment Preview

518-700 (4-18700)
Specifications by TN
Reviewed by WL
Page 1 of 9
U.S. Government Publishing Office (GPO)
Midatlantic Region
General Terms, Conditions, and Specifications
For the procurement of
FY24 SY24 4HSS Self-Mailer
As requested from U.S. Government Publishing Office (GPO) by the
Marine Corps Recruiting Command
BID OPENING: Bids shall be opened at 11:00 a.m., prevailing Eastern Standard Time March 20, 2024 at the U.S.
Government Publishing Office. All parties interested in attending the bid opening shall email bids@gpo.gov prior to the bid
opening date to request a Microsoft Teams live stream link. The link will be emailed on the day of the bid opening.
For information regarding the solicitation requirements prior to award, please contact Theresa Nagel 757-490-7940 Ext. 3 or
tnagel@gpo.gov.
BID SUBMISSION: Bidders must email bids to bids@gpo.gov for this solicitation. No other method of bid submission will
be accepted at this time. The program number and bid opening date must be specified in the subject line of the emailed bid
submission. Bids received after the bid opening date/time specified above will not be considered for award. This will
not be a public bid opening.
Bidders are to fill out, sign/initial, as applicable, Page 9.
ADDITIONAL EMAILED BID SUBMISSION PROVISIONS: The Government will not be responsible for any failure
attributable to the transmission or receipt of the emailed bid including, but not limited to, the following:
1) Illegibility of bid.
2) Emails over 75 MB may not be received by GPO due to size limitations for receiving emails.
3) The bidder’s email provider may have different size limitations for sending email; however, bidders are advised not
to exceed GPO’s stated limit.
4) When the email bid is received by GPO, it will remain unopened until the specified bid opening time. Government
personnel will not validate receipt of the emailed bid prior to bid opening. GPO will use the prevailing time
(specified as the local time zone) and the exact time that the email is received by GPO’s email server as the official
time stamp for bid receipt at the specified location.
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. 01-18)) and GPO Contract Terms, Quality Assurance Through Attributes Program for Printing and Binding (GPO
Publication 310.1, effective May 1979 (revised 9-19)).
GPO Contract Terms (GPO Publication 310.2) – https://www.gpo.gov/docs/default-source/forms-and-standards-files-for-
vendors/contractterms2018.pdf
GPO QATAP (GPO Publication 310.1) – https://www.gpo.gov/docs/default-source/forms-and-standards-files-for-
vendors/qatap-rev-09-19.pdf
Jacket 518-700 FY 24 SY 24 4HSS Self-Mailer
Page 2 of 9
PREAWARD SURVEY: In order to determine the responsibility of the prime contractor, the Government reserves the right
to conduct an on-site pre-award survey at the contractor's/subcontractor's facility or to require other evidence of technical,
production, managerial, 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)
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.
NOTE: Prior to award the apparent low vendor must be able to show ability to produce the product in question and may be
asked to supply samples of similar items.
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
Vendors are expected to submit invoices within 15 days of job shipping/delivery.
MODS: If any additional costs are incurred during the production of this job due to Government action (i.e. AAs), contractor
is REQUIRED to submit written request to the Printing Specialist for written approval BEFORE proceeding.
Only a warranted GPO Contracting Officer acting within their appointed limits, has the authority to issue modifications or
otherwise change the terms and conditions of this contract. If an individual other than the GPO Contracting Officer attempts
to make changes to the terms and conditions of this contract, you shall not proceed with the change and shall immediately
notify the GPO Contracting Officer. Proceeding with any work not authorized by the GPO Contracting Officer will be at the
Contractor’s own risk.
SUBCONTRACTING: The predominant production function is printing. Must be printed on a press capable of printing six
colors (six printing units) in a single pass. Bidders who must subcontract this operation will be declared non-responsible.
GOVERNMENT IN-PLANT INSPECTIONS: The Government reserves the right to have Government representative(s)
inspect any operation under this contract at the start of its production and at any time during production. In addition to the
inspections indicated, the Government reserves the right to inspect all stages of production.
PRODUCT: Saddle-stitched self-mailers.
TITLE: FY 24 SY 24 4HSS Self-Mailer
QUANTITY: 670,000 Saddle-stitched self-mailers FIRM + 50 QARC samples
TRIM:
Constructed Size:
5-1/2 x 8”
Outside Cover Spread: 16-3/8 x 8”
(3 panels: 5-1/2”; 5-1/2” & 5-3/8” BRC Fold in).
Jacket 518-700 FY 24 SY 24 4HSS Self-Mailer
Page 3 of 9
1 Inside Spread: 11 x 8”
PAGES:
4 pages plus cover
DESCRIPTION: Request is for 670,000 self-mailers **FIRM-NO OVERS OR UNDERS. This is a Level I procurement for
dated material; delivery schedule is critical and non-negotiable.
***This is a reprint and all components MUST match the previously printed pieces.
PDF proof, stock samples, Content proofs, and High-resolution proofs are required. Second round of proofs required and
should be considered and included when bidding on the project schedule.
***All PMS colors must be shown in proofs as close as possible to the actual color.
4 page plus cover with extended panel prints head to head in 4-color process + Pantone 187 + Pantone 296 + clear, non-
yellowing matte varnish aqueous coating. Contractor must block out address area. All colors must print in one pass.
Printer to provide two (2) labeled final digital downloads along with a directory of what was printed.
Inside delivery must be made by May 23, 2024 by 2pm local time. Delivery date is non-negotiable.
Contractor MUST provide the following during Review and Confirm with GPO:
(1) Press schedule, along with how many shifts this will be printed over.
(2) Printing type: sheet fed or web.
PRINTING: Prints head to head in 4-color process + Pantone 187 + Pantone 296 + clear, non-yellowing matte varnish or
aqueous coating. Contractor must block out address area. All colors must print in one pass.
INK: Four color process plus Pantone 296 plus Pantone 187 plus matte aqueous or varnish coating.
**Pantone colors cannot be built out of 4/C process, must be run as spot 5th and 6th colors.
All colors must print in one pass.
BINDING: SCORE all folds and trim 3 sides.
Tuck FOLD extended cover. Bind with two saddle wire stitches.
Two (2) blind T-perforations are required. The vertical perforation will measure 8” on the final fold of the cover.
The horizontal perforation between the two (2) reply cards to separate measuring 5-3/8”. Affix (3) 1-1/2” non-perforated
clear wafer seals as position (see image), must meet postal standards. Place one tab on the leading and trailing edges within
1” from the top; position one tab on the lower leading edge ½” from the bottom.
GOVERNMENT TO FURNISH: Electronic Media:
Platform: MAC Ventura
Storage Media: Digital upload to vendor site
Software: InDesign v19.01 Files will be furnished in native application format
Fonts: Furnished
A visual of the furnished electronic files will be provided.
Jacket 518-700 FY 24 SY 24 4HSS Self-Mailer
Page 4 of 9
ELECTRONIC PREPRESS: Prior to image processing, the contractor shall perform a basic check (preflight) of the
furnished media and publishing files to assure correct output of the required reproduction image. Any errors, media damage,
or data corruption that might interfere with proper file image processing must be reported to the GPO Contract administrator
immediately.
The contractor shall create or alter any necessary trapping, set proper screen angles, and screen frequency, and
define file output selection for the imaging device being utilized. Furnished files must be imaged as necessary to
meet the assigned quality level.
When required by the Government, the contractor shall make minor revisions to the electronic files. It is anticipated that the
Government will make all major revisions.
Prior to making revisions, the contractor shall copy the furnished files and make all changes to the copy.
Upon completion of the order, the contractor must furnish final production native application files (digital
deliverables) with the furnished material. The digital deliverables must be an exact representation of the final
printed product and shall be returned on suitable storage media or e-mailed upon request. The Government will
not accept, as digital deliverables, PostScript files, Adobe Acrobat Portable Document Format (PDF) files, or any
proprietary file formats other than those supplied, unless specified by the Government. NOTE: Government will
accept Adobe Acrobat Portable Document Format (PDF) files as digital deliverables when furnished by the
Government.
CONTRACTOR TO FURNISH: All materials and operations, other than those listed under "Government to Furnish,"
necessary to produce the product in accordance with these specifications.
*** FINAL FILES - Upon completion of the printing, printer needs to provide two (2) labeled final digital downloads along
with a directory of what was printed to jackie.mcgowan@wundermanthompson.com.
GOVERNMENT TO FURNISH: A final hi-resolution electronic file will be posted to the selected suppliers FTP site. All
images and type will be in position. Final composed color proofs and backed up digital asset proofs should be generated as
outlined below. Digital Asset should be folded and area for wafer seal indicated.
PROOFS: Contractor to submit one Press Quality PDF soft proof (for content only) using the same Raster Image
Processor (RIP) that will be used to produce the final printed product. PDF proof will be evaluated for text flow,
image position, and color breaks. Proof will not be used for color match. Include REMINDER that agency can keep proof
THREE (3) workdays. Date of receipt is NOT considered first workday. Contractor must call below to confirm receipt.
Deliver proofs to:
Jackie McGowan
jackie.mcgowan@wundermanthompson.com
Timothy Kao
timothy.kao@marines.usmc.mil (571) 559-4645
Theresa Nagel
tnagel@gpo.gov
At the same time the electronic proof is sent, prior to the commencement of production of the contract production quantity,
the contractor shall submit one set of Content and High-resolution proofs for all elements and stock samples:
1 to Ms. Jackie McGowan at
2 Maple Street
Hartsdale, NY 10530
All PMS colors must be shown in proof as close as possible to the actual color.
Contractor should make additional set of proofs for reference. PROOFS WILL NOT BE RETURNED.
One (1) set of 8-1/2 x 11 blank stock samples of the actual paper to be used in the production of the contract requirements.
Each sample must be of the kind and quality required by the specifications. The Government will rely on the samples only as
a reference to the general appearance of the stock that will be provided by the contractor in conformance to the specifications.
The Government assumes no contractual obligation to perform any inspection and test for the benefit of the contractor. The
Government's failure to inspect and accept or reject the paper samples shall not relieve the contractor from responsibility, nor
impose liability on the Government, for nonconforming paper. Stock samples must be approved by agency prior to printing.
***** AND
Jacket 518-700 FY 24 SY 24 4HSS Self-Mailer
Page 5 of 9
One (1) set of digital color Content proofs for all pages. Direct to plate must be used to produce the final product with a
minimum of 2400 x 2400 dpi. Proofs must be created using the same Raster Image Processor (RIP) that will be used to
produce the product. Proofs shall be collated with all elements in proper position (not pasted up),
imaged face and back, trimmed and folded to the finished size of the product, as applicable.
***** AND *****
1 set(s) of digital one-piece composite laminated halftone proofs on the actual production stock (Kodak Approval, Polaroid
PolaProof, CreoSpectrum, or Fuji Final Proof) with a minimum resolution of 2400 x 2400 dpi for all pages.
At contractor’s option, one set of inkjet proofs that are G7 profiled and use pigment-based inks may be submitted in lieu of
digital one-piece composite laminated halftone proofs. A proofing RIP that provides an option for high quality color
matching such as Device Links Technology and/or ICC Profiles Technology, and meets or exceeds industry tolerance to ISO
12647-7 standard for Graphic Technology (as of 2016 and future amendments) must be utilized. Proofs must be ripped and
sent at plate resolution (minimum of 2400 x 2400 dpi). If using a 1 bit tiff, the tiff must be made at a minimum of 2400 dpi.
Output must be a minimum of 2400 x 1200 dpi on a GRACoL or SWOP certified proofing media. Proofs must contain both
of the following to be evaluated for accuracy: 3-tier color control strip: IDEAlliance ISO 12647-7 2013(i1), and the GPO
Resolution target found at: www.gpo.gov/gporestarget.pdf. NOTE: If a contractor chooses this proof option, prior
evaluation and approval of this proofing method must be provided by GPO, Quality Control for Published Products, to ensure
that the final product will be produced in accordance with contract specifications. See instructions at:
https://www.gpo.gov/docs/default-source/forms-and-standards-files-for-
vendors/qlsamples6f200c30b44a64308413ff00001d133d.pdf. Failure to obtain this evaluation and approval may be cause for
the job to be rejected should the final product not match the proofs for color.
Proofs must contain color control bars (such as Brunner, GATF, GRETAG, or RIT) for each color of ink on the sheet.
Control bars must be placed parallel to the press’s ink rollers and must show areas consisting of minimum 1/8 x 1/8” solid
color patches; tint patches of 25, 50 and 75%; dot gain scale; and gray balance patches for process color (if applicable). These
areas must be repeated consecutively across the sheet.
The make and model number of the proofing system utilized shall be furnished with the proofs. These proofs must contain all
elements, be in press configuration, and indicate margins. Proofs will be used for color match on press. Direct to plate must
be used to produce the final product with a minimum of 2400 x 2400 dpi.
The container and accompanying documentation shall be marked PROOFS and shall include the GPO jacket and purchase
order. 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.
Government will approve, conditionally approve, or disapprove the proofs within THREE (3) workdays of the
receipt thereof. Date of receipt is NOT considered first workday. 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.
In the event proofs are disapproved by the Government, or the contractor fails to submit proofs in a sufficient amount of time
to meet the delivery schedule, the contractor may be deemed to have failed to make progress and is subject to the termination
for default clause. However, 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 original production schedule allotted
in the specifications.
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 the Contract Clause 12, “Notice of
Compliance With Schedules, of GPO Contract Terms (GPO Publication 310.2, effective December 1, 1987 (Rev. 01-18))
All samples shall be manufactured at facilities in which the contract production quantities are to be manufactured.
Second round of proofs may be required and should be considered and included when bidding on project schedule.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >