State of Wisconsin Wis. Statutes s.16.75 DOA-3070 N(R09/97) BIDS MUST BE SEALED AND ADDRESSED TO: AGENCY: DHS / BSS ADDRESS: Attn: Joseph Arcand 1 W. Wilson St., Room 655 Madison WI 53703 THIS IS NOT AN ORDER REQUEST FOR BID BIDDER (Name and Address) Remove from bidder list for this commodity/service. (Return this page only.) Bid envelope must be sealed and plainly marked in lower corner with due date and Request for Bid # S-0376-DPH-14________. Late bids will be rejected. Bids MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid is due. Bids dated and time stamped in another office will be rejected. Receipt of a bid by the mail system does not constitute receipt of a bid by the purchasing office. Any bid which is inadvertently opened as a result of not being properly and clearly marked is subject to rejection. Bids must be submitted separately, i.e., not included with sample packages or other bids. Bid openings are public unless otherwise specified. Records will be available for public inspection after issuance of the notice of intent to award or the award of the contract. Bidder should contact person named below for an appointment to view the bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening, unless otherwise noted. The attached terms and conditions apply to any subsequent award. Bids MUST be in this office no later than October 8, 2014 (2:00 PM) Name (Contact for further information) Joseph Arcand Phone Date (608) 267-4321 September 23, 2014 Quote Price and Delivery FOB Department of Health Services, Attn: Rebecca Biely, Vital Records Program Supervisor 1 W. Wilson St., Madison WI 53702 Fax bids are accepted Item No. Quantity and Unit X Fax bids are not accepted Price Per Unit Description Total F-05002 Vital Records Security Paper Enclosures: Special Conditions of Bid; Specifications; Certificate Cost Sheet; Standard Terms and Conditions for State of Wisconsin Printing; Standard Terms and Conditions for Purchasing; Designation of Confidential and Proprietary Information; and, Vendor Information Form Payment Terms Delivery Time claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be certified by the We Wisconsin Department of Commerce. If you have questions concerning the certification process, contact the Wisconsin Department of Commerce, 5th Floor, 201 W. Washington Ave., Madison, Wisconsin 53702, (608) 267-9550. Does Not Apply to Printing Bids ____________________________________________________________________________________________________________________________________________________________________________ We are a work center qualified under Wis. Stats. s. 16.752. Questions concerning the qualification process should be addressed to the Work Center Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605. ____________________________________________________________________________________________________________________________________________________________________________ Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered in our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United States. Yes No Unknown ____________________________________________________________________________________________________________________________________________________________________________ In signing this bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any other bidder, competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is accurate under penalty of perjury. We will comply with all terms, conditions and specifications required by the state in this Request for Bid and all terms of our bid. Name of Authorized Company Representative (Type or Print) Signature of Above Title Date Phone ( ) Fax ( ) Federal Employer Identification No. This form can be made available in accessible formats upon request to qualified individuals with disabilities. Social Security No. if Sole Proprietor (Voluntary) I. SPECIAL CONDITIONS OF BID A. BID COMPONENTS Request for Bid Form (DOA-3070) Special Conditions of Bid Specifications Security Paper Cost Sheet Standard Terms and Conditions for State of Wisconsin Printing Standard Terms and Conditions (Request for Bids/Proposals) Vendor Information Form Designation of Confidential and Proprietary Information Form Vendor Reference Form B. VENDORNET REGISTRATION: Only vendors registered with the State of Wisconsin’s VendorNet will receive future official notice for this service/commodity. The State of Wisconsin’s purchasing information and vendor notification service is available to all businesses and organizations that want to sell to the state. Anyone may access VendorNet on the Internet at http://vendornet.state.wi.us to get information on state purchasing practices and policies, goods and services that the state buys, and tips on selling to the state. Vendors may use the same Web site address for inclusion on the bidders list for goods and services that the organization wants to sell to the state. A subscription with notification guarantees the organization will receive an email message each time a state agency, including any campus of the University of Wisconsin System, posts a request for bid or a request for proposal in their designated commodity/service area(s) with an estimated value over $25,000. Organizations without Internet access receive paper copies in the mail. Increasingly, state agencies also are using VendorNet to post simplified bids valued at $25,000 or less. Vendors also may receive e-mail notices of these simplified bid opportunities. NOTE: Registration fees for VendorNet are being waived until further notice. This is subject to change without advanced notice. Further information is available from the VendorNet Information Center at 608-264-7898 or toll-free at 800-482-7813. Vendors may register online at http://vendornet.state.wi.us. Registration must be renewed annually. Vendors currently on the system will be automatically changed over to the new system. There is no need to re-register. C. METHOD OF BID Bidder is to fill in the total prices on the Request for Bid form (DOA-3070) on each line of the bid price sheet. The Bidder is also required to supply separate typesetting charge for the base form and each imprint. D. METHOD OF AWARD The award will be based on the lowest total cost of all items on the cost sheet and upon the verification of the ability of the bidder to do this type of work based on the following: - Bidders quality samples - Equipment available and operating in the one plant producing the certificate stock - Contacting references - Ability to meet security requirements - Vendor’s financial stability - Results of past awards to the vendor by the State of Wisconsin in terms of quality of work and timeliness of delivery. - Completeness of bid Prior to making the award, Department of Health Services (DHS) employees (2 maximum) may visit the bidder’s plant to determine capability of the vendor to produce the certificate stock according to specifications. DHS reserves the right to enter the plant of the printer to inspect the run periodically to see that quality and security standards are maintained. NOTE: At the Department’s discretion, on-site representation by the selected vendor may be required at any time during the course of the contract. DHS will not incur any costs with regard to vendor travel or accommodations associated with execution and fulfillment of this contract. E. PRODUCTION All typesetting, printing, bindery work and packaging must be produced in one plant location for duration of this contract. F. PREVIOUS JOB “QUALITY SAMPLE”. Upon request, a job sample, from a previous run, showing the production quality expected on this contract will be supplied. The sample will include a letter explaining the specifics of the provided piece. Requests for samples must be submitted in writing to: DHS, Division of Public Health -Vital Records, Attn: Rebecca Biely - Program Supervisor, 1 W. Wilson Street, Madison, WI 53703 or e-mail at “[email protected]” no later than 2:00 p.m. on September 25, 2014. G. EVIDENCE OF QUALITY All bidders must supply samples of their work with the bid. All samples supplied by the bidder must have been produced on equipment located in the plant that will produce the certificate stock. The samples must include a minimum of three forms in size 11” x 8 ½” (landscape format). The total sample group must include EXCELLENT QUALITY three ink colors showing perfect registration throughout and the latest technology in copy-void deterrence to reproduction on color copiers. Bids submitted without samples may be rejected. Following award of the contract, the approved quality samples provided by the successful bidder will be used as the quality standard for this contract and as a measure for all work produced. H. PRINTING & MATERIALS SECURITY To ensure against unauthorized use of materials the Contactor, upon completion of each print production run, must provide a signed statement, by an authorized representative of the contractor, certifying that all materials used have been properly and adequately secured during and between production cycles and that all waste and excess materials have been properly destroyed. The documentation will be sent to: DHS, Division of Public Health -Vital Records, Attn: Rebecca Biely - Program Supervisor, 1 W. Wilson Street, Madison, WI 53703 I. OWNERSHIP Data files (whether disk, tape or electronically transmitted files), all film negatives, positives, plates, typeset materials, embossing dies, proofs and copy prepared by the contractor shall become property of DHS. This material also cannot be used for reproduction for any private or public work without written authorization by designated authority of the DHS. At the end of the contract period, the contractor shall return all above listed materials to the State of Wisconsin DHS Contract Administrator within 30 days of the end of the contract. All materials referenced above must reside for production at the processing site exclusively. Vendors must submit with bid a detailed and complete procedure for demonstrating their plan for security and integrity of materials listed above, including complete chain of custody. J. SPECIFIC PROVISIONS including an indemnification requirement and liquidated damages will be imposed both to assure adequate security and provide protection to the State of Wisconsin for any breaches of security. Contractor will be subject to liquidated damages in the amount of $500 for each day contractor fails to comply with facility security requirements. K. PRINTING is to be done in a plant owned by the bidder. No bids from brokers will be considered for contract award. Vendors must be actual printing firms. All work must be done in vendors own plant. Vendors must provide ISO certification. ISO certificate must be submitted with bid. L. TEST DOCUMENTS will be required. Vendor is to provide 100 each actual test documents of specification items G2 – paper with a watermark; I4 – paper with hidden void; and K2 – embossed seal samples. In the event that the test documents do not meet the DHS specifications, attachments, or appendices, the vendor will be required to provide additional test documents to assure that the aforementioned terms and conditions are met. Vendor shall provide such test documents based on DHS requirements. NOTE: Test documents MUST be approved by DHS prior to production. DHS will make every effort to provide such approval within 48 hours of receipt of test documents. M. CONTRACT PERIOD This contract covers a 12-month period beginning on the date indicated on the Purchase Order. N. EXTENSION OF CONTRACT This contract may be extended for four additional 1 year periods at the discretion of the State Of Wisconsin Vital Records Program. Rates and conditions will remain unchanged during any extension period. The Department may entertain written requests for price adjustment for an extension period. Any written request must be received by the State at least 90 days in advance of the beginning of any contract extension period. Requests for price adjustment must be accompanied by supporting documentation: such as paper, packaging, shipping costs, wage increases, etc. O. TERMINATION/CANCELLATION The contract may be terminated at any time by either party with the following limitations. The contractor must give the state at least 60 days written notice of termination and the state must give the contractor at least 60 days written notice of termination. Failure of the contractor to produce materials according to the conditions of the contract and/or failure to meet specified delivery dates may result in one or more of the following: 1. 2. 3. P. Rejection of the order with reprinting entirely at the contractor’s expense; When time does not allow reprinting, assessment of liquidated damages (see Standard Terms and Conditions for State of Wisconsin Printing, Item 11); Cancellation of contract. QUESTIONS must be submitted in writing to: Department of Health Services, Attn: Joe Arcand Print Procurement Manager, 1 W. Wilson Street, Madison, WI 53703 or e-mail at “[email protected] Wisconsin.gov” no later than 2:00 p.m. on September 30, 2014. Clarification to this bid will only be made in writing. All answers to vendors’ questions will be posted to VendorNet. All questions will be answered at the same time and a response to the questions will be posted on VendorNet as soon as is possible after September 30, 2014. No clarifications or revisions will be made by telephone. Q. REQUIREMENTS OF THIS BID All of the following are required to be furnished when the bid is submitted. Bids submitted without the following information may be rejected. Signed Request for Bid Form (DOA 3070) Current and Complete List of Bidder's Printing Equipment Samples of Bidder's Work (3 different samples 11” X 8 1/2”) Test Documents (100) Completed F-05002 Security Paper Cost Sheet Signed Designation of Confidential and Proprietary Information (DOA-3027) Completed Vendor Information Form (DOA-3477) Completed Vendor Reference Form (DOA-3478) R. RECEIPT OF BIDS All Bids must be addressed to and received by the DHS Print Procurement Manager in the Department of Health Services: DHS Purchasing Office ATTN: Joseph Arcand - DHS Print Procurement Manager 1 West Wilson Street, Room 655 Madison, WI 53703 Bids must be received at the address and room above and time-stamped by the DHS Purchasing Office no later than the bid due date/time of October 8, 2014 – 2:00 PM. Bids not so stamped will be considered late. When arranging bid delivery, take into account that receipt of a bid by the state mail system does not constitute receipt of a bid by the DHS Purchasing Office. FAXED bids will NOT be accepted. All bids must be packaged, sealed, and show the following information on the outside of the package: Upper left-hand corner of bid envelope/package - Bidder's Name and Address Lower left-hand corner of bid envelope/package - RFB Title - RFB Number - Due Date II. SPECIFICATIONS Bidders are required to meet all of the listed bid specifications. A. QUALITY Excellent quality including exact color match and exact register is required throughout the finished product. (Quality will be based on samples provided by the State and approved quality samples provided by the successful bidder.) B. QUANTITY Quantities will range from 350,000 minimum to 1,500,000 maximum in any one-year contract term. C. UNDER-RUNS/OVER-RUNS Under-runs and over-runs will not be accepted on this contract. D. NUMBER OF PAGES One E. PRODUCTION SCHEDULE Proofs for typesetting to be received within seven workdays after receipt of job layout and purchase order. Delivery of printed material to be made within 30 workdays after approval of typesetting proofs. F. AGENCY WILL FURNISH Previous job sample and job layout (mockup) will be furnished to successful bidder. G. PAPER 1. Paper: 24lb white safety paper required. 2. True Watermark: A minimally two-tone overall design formed into the paper at the paper mill. Watermark must not be reproducible on a scanner, color copier or black and white copier and cannot be removed, corrupted or easily replicated. The design should be either a custom design selected by DHS or a unique existing design approved by DHS. Either way, the watermarked stock shall be fully secured by the North American -based paper mill and by the U.S.-based printer. 3. Paper treated with laser toner retention: A toner retention agent should be used to enhance the receptivity of the toner images from a laser printer. The paper stock should be fully treated on both sides to assist printer applied data to fuse to the paper fibers to deter attempts to mechanically (or otherwise) remove the data. This feature will protect documents against fraudulent alteration. This toner retention agent must not retard or impede the chemical sensitization in the paper. H. 4. Security Fibers: Fibers non-scan visible to the naked eye, and Invisible fluorescent (visible under black light) fibers embedded into the paper pulp. 5. Chemical sensitization Reagents are incorporated into the paper that will exhibit marked chemical reaction (in the form of various stains) to render detectable attempts to alter the documents using various chemicals which are classified according to the following families: Oxidants, Polar solvents, Non-polar solvents, Acids and Alkalis. PLANT/MANUFACTURING SECURITY 1. Armed guard service 24 hours a day 7 days a week. 2. All plant exits monitored by the guards through a centralized alarm system and tied into the local police system during non-working hours. 3. Security clearances and fingerprinting performed on all permanent employees. 4. Secured areas are provided for pre-press, manufacturing, warehousing of security paper and finished documents, and for the shipping of finished documents. 5. In addition to the TV surveillance system which monitors the perimeter of the plant, parking areas as well as the secured manufacturing, warehousing and shipping areas, the security guards also monitor ingress and egress of all authorized persons within the secured areas. 6. Film and plates are secured in locked safes in the pre-press area. 7. All used plates are mutilated upon contract completion or as directed. 8. All quality control samples and manufacturing docket materials are voided, logged and filed in a locked safe. 9. All waste is shredded and each piece should be no wider than 3/8” and should be crimped. 10. All employees wear photo identification badges to gain entrance to the facility. Subsequent entrance is secured by electronic identification via a badge encoded employee authorized level of security and an assigned personal identification number. 11. The plant is monitored 24 hours a day by a proprietary reputable fire alarm system. 12. All visitors, outside vendors and contractor employees are strictly controlled, wear ID badges and are restricted to assigned areas unless appropriate clearances have been obtained for entering a restricted area. 13. The security guards have two-way radio contact with a member of plant supervision at all hours. 14. There are multiple levels of security within the facility thereby limiting and controlling access to the high security areas. I. SECURITY PRINTING – BASE FORM 1. Size and position: Forms must be printed landscape – 11” x 8 l/2” 2. Design: Design will be a one-time charge only. List separately on bid quote. a. Blue Line proof Required for each proof if done by conventional printing. b. Laser proof Required for each imprint electronically printed. 3. No White Margin: All forms must have no white space on margin on all sides. The border artwork will bleed off all four sides of form. 4. Void Copy Background: A “copy-void” repetitiously designed non-graduated screen pantograph will be printed in permanent ink. The pantograph design and process-compatible ink shall consist of images virtually invisible to the naked eye resulting in the appearance of the word “VOID” in multiple areas of the document. When an attempt to copy the document, the word “VOID” appears thereby deterring the forger from attempting to use copied documents as counterfeits. 5. Border: A high-resolution lithographic border produced from artwork prepared by a banknote engraver. Incorporated into the border should be latent image, V + R, which are visible and readable when viewed under magnification. This border will be printed in permanent, erasure sensitive ink. 6. Prismatic Printing/Printing of Text and Graphics: A background design printed from one plate, which changes color across the document upon which it is printed. Two colors blend into each other in such a way that the change is difficult to simulate, as it “fools” the camera of the photo-offset counterfeiter. Background ink colors: blue to red to blue gradient (send sample). Inks must be heat resistant, compatible with each other and laser printers. Ink must run uniformly (no mottling or light spots). Some of the text and all graphic color is to be printed in dark blue Pantone Matching System (PMS) 282 and some text will print red Pantone Matching System (PMS) 1935. This will be indicated on the mockup document that will be provided to the successful bidder. 7. J. Screened State of Wisconsin Graphic The State is imprinted as a screened image on the face of the document. (This is on the previous sample which potential bidders will need to request.) SECURITY PRINTING -IMPRINTS BY 75 OFFICES 1. Imprints by 75 offices: There are 75 vital records offices in Wisconsin that will require imprints on the base copy that may be electronically printed or printed by conventional means. The following will be affected: 1) registrar’s signature; 2) registrar’s typed name; 3) registrar’s office name; 4) Registrar seal if imprinted versus embossed. 2. Laser proof: Proofs are required unless waived in writing. When proofs are waived, the contractor is responsible only for accurately reproducing what was furnished with order. Proofs must be identified by order number and accompanied by original copy and previous proofs. 3. Penetrating ink sequential control numbering: A red ink control number shall be printed on the face of the certificate and the red ink shall noticeably penetrate the paper fibers so that it cannot be removed from the document. Vendor must guarantee no missing or duplicable numbers or documents. There must be a guarantee of numerical sequence for inventory/audit and issuing/tracking purposes. DHS will provide vendor with starting numbers. Numbers will never be repeated. NOTE: It is suggested that the numbering and all imprinting be accomplished during the same operation since the guarantee of numerical sequence and no missing control numbers is a critical requirement. 4. K. Bar-Coding: The sequential control number referenced in number 3 above shall be bar-coded on the document with a 3 of 9 type bar code also called a type 39 bar-code. Location on paper will be shown on sample provided by DHS. SEALS There will always be 2 seals per sheet. Either both embossed or one embossed and one imprinted. 1. State Orders: Standard State seal lower right “Always Embossed”. State Registrar seal on lower left “Always Embossed”. 2. Local Office orders: Standard State seal lower right “Always Embossed”. Local Registrars personalized seal on lower left. Imprinted or embossed depending on the request of the local Registrar. 3. Seal Specification Seal size (embossed or imprinted) is 1.25” across. The depth of the seal must be as prominent as possible or just enough depth before the paper starts to tear. The embossing must be no less than .002” and no more than .0035”. The potential bidders will be provided with the information to be used in the embossed seals. The potential bidders will be provided with a mockup of the imprinted seals. L. PACKAGING 1. Shrink-wrap: Forms are to be shrink-wrapped (or equivalent water-proof packaging) in packages of 100, 20 packages to a carton (2,000 forms per carton); carton sealed (explanation of carton seal follows). Each package is to contain one piece of chipboard with a die cut window over the control number and one piece of chipboard covering the backside of the last form. 2. Cartons All printed matter must be firmly packed in cartons to protect against jamming and shifting, spoilage, loss, or damage during delivery. Each order must be packed separately. When specified, cartons must be delivered on skids or pallets. Packaging materials, including cartons, skids, and pallets, must be furnished by the contractor. Corrugated board cartons (200 lb. test or stronger) must be uniform in size and suitable for shelf storage and employee handling. Oversized, overweight, or weak cartons are unacceptable. Loaded cartons must not weigh more than 50 pounds each. 3. Carton seal Cartons are to be sealed top and bottom, including down the middle and on each side of the top and bottom, with a security tape that if removal is attempted, it is obvious that an attempt has been to unseal. Tape should have either security threads imprinted with word “caution” and if an attempt to open the seal it will be obvious, or will contain a “blind” message indicating that an attempt to open the sealed carton as occurred. 4. Carton labeling (apply to front of each carton) include: 1. Ordering Agency 2. Delivery Address (as shown on authorized order form) 3. Agency Purchase Order Number 4. Form Number (F-05002) – No Form Title 5. Beginning and ending sequence number in carton 6. Box number out of all boxes (i.e., 1 of 50, 2 of 50, 3 of 50, etc.) 5. M. Pallets 1. Any order large enough to warrant the use of pallets must be shipped on standard commercial pallets and banded or wrapped securely without damage to cartons. 2. Each order must be on separate pallets – no mixed pallets. 3. Boxes with the highest box numbers are to be stacked on pallets first so that the lowest box numbers are on top of the pallets. This is required so that when boxes are removed for use, the lowest numbered boxes end up on top since they will be distributed first. SHIPPING INSTRUCTIONS Certificates are to be delivered to the destination noted on the authorizing order form and will include 75 delivery points (the State Vital Records Office in Madison, 74 Local Registrars that consist of 72 Registers of Deeds and 2 City Health Offices in Milwaukee County). Notice of Shipment - Two to three days before materials are shipped a “Notice of Shipment” must be sent by e-mail to the Vital Records Program Supervisor at: “[email protected]”. The Notice must contain the following information: (1) Purchase Order Number; (2) ordering agency; (3) shipping date; (4) shipping method (trucking line and routing); (5) item and quantity shipped; (6) number of cartons and quantity in each; and (7) partial or full delivery. N. DELIVERY 1. Delivery to be made within 30 working days of receipt of proof approval. 2. 3. 4. 5. 6. 7. 8. 9. O. Printing must be delivered as specified. All deliveries must be prepaid F.O.B. inside destination door to a Wisconsin Vital Records agency location. The shipper owns the freight payment responsibility. Contractors are not required to deliver elsewhere within a building. Unless otherwise noted on the order, delivery hours are 8:00 a.m. to 3:00 p.m., Monday through Friday, except State Holidays. A signature will be required, by a staff member from the authorizing office, to acknowledge receipt and acceptance of the certificates. In quote prices include shipping and delivery to a specified person from the authorizing office. Prices should be quoted F.O.B. INVOICING Printer will invoice the Division of Public Health - Vital Records, Attn: Rebecca Biely, Program Supervisor, 1 W. Wilson Street, Madison, WI 53703 SECURITY PAPER COST SHEET BASE FORM & EMBOSSING Typesetting Base Form (One time charge) Press setup Base Form (if die for embossing Standard State Seal is furnished by State of Wisconsin) Press setup Base Form (if die for embossing Standard State Seal is not furnished by State of Wisconsin) Printing Run Charge – Base Form by film lithographic process per 100 forms Color Proof for Printing Base Form (One time Charge) Create Standard State Embossed Seal (One Time Charge ) Create State Registrar Embossed Seal (One Time Charge) Create Local Registrar Embossed Seal (One Time Charge) Press setup for Embossing Standard State Seal Press setup for Embossing Personalized State Registrar Seal Press setup for Embossing Personalized Local Registrar Seal Run Charge for Embossing Standard State Seal per 100 forms Run Charge for Embossing Personalized State Registrar Seal per 100 forms Run Charge for Embossing Personalized Local Registrar Seal per 100 forms IMPRINTS ON BASE FORM Typesetting Imprints to be printed on Base Form for printing. (One time charge per imprint if film not provided by the State of Wisconsin Press Setup per imprint (if film furnished by State of Wisconsin) Press setup per imprint (if film not furnished by State of Wisconsin) Imprinting Run Charge on Base Form – Electronically printed per 100 forms Color Per Laser/Blue Line Proof Imprinting Run Charge on Base Form Conventional printing method per 100 forms Include all paper, shipping, etc., in costs above. TOTAL COST: F-05002 ______________________________________
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
advertisement