Program 4567-S
Specifications by TYR
Reviewed by MJS
Page 1 of 18
This procurement is being solicited as a Small Purchase Request for Quotation (RFQ). The sealed bidding terminology as
used throughout these specifications is synonymous with their negotiated procurement counterparts unless specifically
stated otherwise. Negotiated pursuant to 41 U.S.C. 5(1).
U.S. GOVERNMENT PUBLISHING OFFICE
Northeast Region
GENERAL TERMS, CONDITIONS, AND SPECIFICATIONS
For the Procurement of
Change of Command Invitations and Programs
as requisitioned from the U.S. Government Publishing Office (GPO) for the
Department of Homeland Security for U.S. Coast Guard District Nine and Base Cleveland
Single Award
TERM OF CONTRACT
The term of this contract is for the period beginning Date of Award and ending February 28, 2026, plus up to four
optional 12-month extension period(s) (March 1, 2026 through February 28, 2027, March 1, 2027 through February 29,
2028, March 1, 2028 through February 28, 2029, March 1, 2029 through February 28, 2030) that may be added in
accordance with the Option to Extend the Term of Contract clause in Section 1 of this contract. Special attention is
directed to the Economic Price Adjustment clause in Section 1 of this contract.
QUOTE SUBMISSION
Quotes shall be submitted by 11:00 a.m., prevailing Eastern Time (ET), on March 18, 2025 at the U.S. Government
Publishing Office. Submit quotes via email to bids@gpo.gov for this solicitation. No other method of quote submission
will be accepted. The company name, program number, and date established for submission of quotes must be specified
in the subject line of the email. Quotes after the quote submission date and time specified above will not be considered for
award.
BIDDERS PLEASE NOTE
Bidders are cautioned to familiarize themselves with all provisions of this contract before bidding. SPECIAL
ATTENTION IS DIRECTED TO THE FOLLOWING ITEMS WHICH DIFFER FROM THE PREVIOUS CONTRACT:
• See “Additional Emailed Quote Submission Provisions”.
• Number of Orders per year
• Quantity of Copies per order
• Added White Matte-Coated Cover (80-lbs.)
• Schedule of Prices: Running Rate is per copy
Additional changes are scattered throughout.
Abstract is available on GPO website at: https://www.gpo.gov/how-to-work-with-us/vendors/contract-pricing
For information of a technical nature contact Yana Rudenko at trudenko@gpo.gov or (202) 512-1247 (No collect calls).
Change of Command Invitations and Programs
4567-S (02/26)
Page 2 of 18
SECTION 1. – GENERAL TERMS AND CONDITION
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 Pub. 310.2, effective December 1, 1987 (Rev. 01-18)) and
GPO Contract Terms, Quality Assurance Through Attributes Program for Printing and Binding (GPO Pub. 310.1,
effective May 1979 (Rev. 09-19)).
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
QUALITY ASSURANCE LEVELS AND STANDARDS
The following levels and standards shall apply to these specifications:
Product Quality Levels:
(a) Printing Attributes -- Level III. This shall include an image reproduced by any means.
(b) Finishing Attributes -- Level III.
Inspection Levels (from ANSI/ASQC Z 1.4):
(a) Non-destructive Tests - General Inspection Level I.
(b) Destructive Tests - Special Inspection Level S-2.
Specified Standards: The specified standards for the attributes requiring them shall be:
Attribute
P-7. Type Quality and Uniformity
Specified Standard
Average Type Dimension
Prior to award, contractor may be required to provide information related to specific equipment that will be used for
production.
EXTENSION OF TERM OF CONTRACT
At the request of the Government, the term of any contract resulting from this solicitation may be extended for such
period of time as may be mutually agreeable to the GPO and the contractor.
OPTION TO EXTEND THE TERM OF CONTRACT
The Government has the option to extend the term of this contract for a period of 12 months by written notice to the
contractor not later than 30 days before the contract expires. If the Government exercises this option, the extended
contract shall be considered to include this clause, except, the total duration of the contract may not exceed 5 years
(February 28, 2030) as a result of, and including, any extension(s) added under this clause. Further extension may be
negotiated under the Extension of Term of Contract clause. See also Economic Price Adjustment clause for authorized
pricing adjustment(s).
ECONOMIC PRICE ADJUSTMENT
The pricing under this contract shall be adjusted in accordance with this clause, provided that in no event will any pricing
adjustment be made that would exceed the maximum permissible under any law in effect at the time of the adjustment.
Change of Command Invitations and Programs
4567-S (02/26)
Page 3 of 18
There will be no adjustment for orders placed during the first period specified below. Pricing will thereafter be eligible
for adjustment during the second and any succeeding performance period(s). For each performance period after the first,
a percentage figure will be calculated as described below and that figure will be the economic price adjustment for that
entire next period.
Pricing adjustments under this clause are not applicable to reimbursable postage or transportation costs, or to paper, if
paper prices are subject to adjustment by separate clause elsewhere in this contract.
For the purpose of this clause, performance under this contract will be divided into successive periods. The first period
will extend from Date of Award through February 28, 2026, and the second and any succeeding period(s) will extend
for 12 months from the end of the last preceding period, except that the length of the final period may vary. The first day
of the second and any succeeding period(s) will be the effective date of the economic price adjustment for that period.
Pricing adjustments in accordance with this clause will be based on changes in the seasonally adjusted “Consumer Price
Index For All Urban Consumers – Commodities Less Food” (Index) published monthly in the CPI Detailed Report by the
U.S. Department of Labor, Bureau of Labor Statistics.
The economic price adjustment will be the percentage difference between Index averages as specified in this paragraph.
An index called the variable index will be calculated by averaging the monthly Indexes from the 12-month interval ending
three (3) months prior to the beginning of the period being considered for adjustment. This average is then compared to
the average of the monthly Indexes for the 12-month interval ending November 30, 2024, called the base index. The
percentage change (plus or minus) of the variable index from the base index will be the economic price adjustment for the
period being considered for adjustment.
The Government will notify the contractor by contract modification specifying the percentage increase or decrease to be
applied to invoices for orders placed during the period indicated. The contractor shall apply the percentage increase or
decrease against the total price of the invoice less reimbursable postage or transportation costs and separately adjusted
paper prices. Payment discounts shall be applied after the invoice price is adjusted.
If the Government exercises an option, the extended contract shall be considered to include this economic price
adjustment clause. NOTE: This contract does not have a Paper Price Adjustment clause.
PRE-AWARD SURVEY
In order to determine the responsibility of the prime contractor or any subcontractor, 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)
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.
Change of Command Invitations and Programs
4567-S (02/26)
Page 4 of 18
ASSIGNMENT OF JACKETS, PURCHASE AND PRINT ORDERS
A GPO jacket number will be assigned and a purchase order issued to the contractor to cover work performed. The
purchase order will be supplemented by an individual Print Order for each job placed with the contractor. The Print
Order, when issued, will indicate the quantity to be produced and any other information pertinent to the particular order.
ORDERING
Items to be furnished under the contract shall be ordered by the issuance of Print Orders by the Government. Orders may
be issued under the contract from Date of Award through February 28, 2026 plus for such additional period(s) as the
contract is extended. All Print Orders issued hereunder are subject to the terms and conditions of the contract. The
contract shall control in the event of conflict with any Print Order. A Print Order shall be “issued” upon notification by
the Government for purposes of the contract when it is electronically transmitted or otherwise physically furnished to the
contractor in conformance with the schedule.
REQUIREMENTS
This is a requirements contract for the items and for the period specified herein. Shipment/delivery of items or
performance of work shall be made only as authorized by orders issued in accordance with the clause entitled Ordering.
The quantities of items specified herein are estimates only and are not purchased hereby. Except as may be otherwise
provided in this contract, if the Government’s requirements for the items set forth herein do not result in orders in the
amounts or quantities described as “estimated”, it shall not constitute the basis for an equitable price adjustment under this
contract.
Except as otherwise provided in this contract, the Government shall order from the contractor(s) all the items set forth
which are required to be purchased by the Government activity identified on page 1.
The Government shall not be required to purchase from the contractor(s), requirements in excess of the limit on total
orders under this contract, if any.
Orders issued during the effective period of this contract and not completed within that time shall be completed by the
contractor(s) within the time specified in the order, and the rights and obligations of the contractor(s) and the Government
respecting those orders shall be governed by the terms of this contract to the same extent as if completed during the
effective period of this contract.
If shipment/delivery of any quantity of an item covered by the contract is required by reason of urgency prior to the
earliest date that shipment/delivery may be specified under this contract, and if the contractor(s) will not accept an order
providing for the accelerated shipment/delivery, the Government may procure this requirement from another source.
The Government may issue orders which provide for shipment/delivery to or performance at multiple destinations.
Subject to any limitations elsewhere in this contract, the contractor shall furnish to the Government all items set forth
herein which are called for by Print Orders issued in accordance with the Ordering clause of this contract.
ADDITIONAL EMAILED QUOTE SUBMISSION PROVISIONS
The Government will not be responsible for any failure attributable to the transmission or receipt of the emailed quote
including, but not limited to, the following:
1. Illegibility of quote.
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.
Change of Command Invitations and Programs
4567-S (02/26)
Page 5 of 18
4. When the email quote is received by GPO, it will remain unopened. Government personnel will not validate
receipt of the emailed quote. 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 receipt at the specified
location.
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, Agency 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.
Contractor’s billing invoice must be itemized in accordance with the line items in “Section 4. – Schedule of Prices.”
At time of invoicing, the contractor shall submit a copy of the Print Order, contractor’s invoice, and all delivery receipts
and print-ready PDF of each Program ordered under this contract via e-mail to infonortheast@gpo.gov.
You are viewing the opportunity summary page, which includes a brief overview and a preview of the attached documents.