DOCUMENT
76 -- Local Graphic Design Firm - Solicitation 1
- Notice Date
- 5/14/2008
- Notice Type
- Solicitation 1
- NAICS
- 541430
— Graphic Design Services
- Contracting Office
- Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE, LA-325, Washington, District of Columbia, 20540-9411
- ZIP Code
- 20540-9411
- Solicitation Number
- LSM20080135
- Point of Contact
- LaTalya R. Palmer-Lewis,, Phone: 202-707-3117, Ursula Y Holmes,, Phone: 202-707-8604
- E-Mail Address
-
lpal@loc.gov, uhol@loc.gov
- Small Business Set-Aside
- N/A
- Description
- Document Type: Combined Synopsis/Solicitation issued as a request for proposal (RFP). Number: LSM20080135 Posted Date: May 14, 2008 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Statement of Work for Graphic Design Contract Description The Library of Congress, Library Services (LS) has a requirement to create a blanket purchase order for the design of several LS products on a continuing basis. The objective is to develop consistent design themes and standards, using the new Library of Congress logomark, and to create or update materials so that they have a consistent look for LS audiences, both external and internal. Library Services is responsible for the “national library” functions of the Library of Congress. The service unit maintains and manages the largest library in the world and is responsible for areas including acquisitions, cataloging, conservation and preservation research, preservation, access to collections, on-site reading rooms, services to blind and physically handicapped Americans, visitors services, publications, exhibitions and a variety of other public programs. A. INTRODUCTION Library Services is responsible for many of the public services of the Library of Congress. It currently has numerous publications aimed at informing researchers about the Library’s collections, how to conduct research onsite and public programs and events. It also has, or will have, a number of management documents of varying purpose. The objectives of this contract are to (1.) create or update public audience materials using the new Library of Congress logomark so they have a consistent look; and (2.) to create a design template for internal Library Services management documents. B. REQUIREMENTS There are four requirements. B1. The contractor or the contractor’s representative must be in the local area and within the Library of Congress’s messenger service area. B2. The contractor shall provide all labor, materials, equipment and facilities needed to produce the deliverables outlined in this contract. B3. All final art work will be prepared in digital form, using the listed version or higher of the following programs: Mac OS X v.10.4, Adobe Illustrator 13.0, InDesign CS3, Photoshop 10.0, and Acrobat 8.0. B4. The contractor needs to have Adobe Caslon Pro and Garamond Pro fonts and will not be reimbursed to purchase these fonts. Other supplies or expenses such as internal or external color proofs and comps, CDs or flash drives, local transportation, messenger service, overnight mail and copies are to be included as part of the cost. C. PROCESS Unless separately negotiated, the seven part process for each deliverable is as follows. C1. At the start of each project, the contractor will discuss the design options with LS representatives (either at a meeting or a conference call, decided by LS). Contractor representatives must include a principal of the firm or the proposed designer (this may be same person). Contractor shall be given a minimum of four days notice of an initial meeting or conference call and three days’ notice for an additional meeting or conference call, at the option of LS. C2. Contractor will provide a detailed design and production schedule for each project. C3. There will be at least 4 rounds of LS review with LS comments and changes incorporated into each round. Included in the rounds of review are the initial creative concepts and layout reviews as follows: submission of 3 initial creative concepts with folding paper comps as appropriate, accompanied by PMS chips and recommended paper samples; revision of creative concepts; 2 - 3 rounds of layout review and revisions. C4. All text for designs will either be given to the contractor/designer in Microsoft Word format or in the body of an email. C5. Photography, when used, will be a combination of LS supplied photos, stock photos, and new photography from contractor/designer managed photo shoots. LS will hold the rights to any photographs taken on site at the Library. C6. The contractor/designer will prepare a final release printing package. It will include 2 copies of each of the following: GPO form 952 including printing specifications and file list; hard copy markups with screen percentages marked (not color separations) and folding comps, as appropriate; paper samples; and files on a CD. C7. The contractor/designer will do press checks on each item unless waived by LS. The contractor must be available to attend press checks on 24 to 48 hours notice. D. DELIVERABLES The contract will consist of the following 10 projects: D 1. Library Services Strategic Plan. This is a 32-36 page book, 8 ˝ by 11 inches. The number of colors has not been determined. LS will provide some recent and archived photos for the plan. The text may include images and web screen shots. Approved text is in Microsoft Word. A version in Adobe pdf format will also be part of the deliverable. D 2. Library Services Annual Performance Report. This is a 40-52 page book, 8 ˝ by 11 inches. The number of colors has not been determined. The contractor will create a concept design that can be consistently applied in future years. LS will provide some recent and archived photos for the report. Additional photography might be required of the contractor. The text may include images and web screen shots. A version in Adobe pdf format will also be part of the deliverable. D 3. Guide for Researchers. This is a 12-16 page booklet, approximately 5 ˝ by 8 ˝ inches, two colors. Will include text and building floor maps. Some Library-supplied photographs are anticipated in the body of the guide. Approved text is in Microsoft Word. D 4. New Employee Guide. This is a 12-16 page book, 8 ˝ by 11 inches, two colors. LS will provide photos and screen shots for this guide and an organizational chart. Approved text is in Microsoft Word. D 5. Preservation Guides. These are 3 or 4 single page fliers, two-sided, 8 ˝ x 11 inch sheet, in 2 colors with a standard design. LS will provide some recent and archived photos for these guides. Approved text is in Microsoft Word. D 6. Preservation Research Reports Cover. This is a standard cover, 8 ˝ by 11 inches, two color. The cover will be used to provide a standard look for reports prepared by preservation research staff. Contractor is not responsible for design of inside text. D 7. Finding Aids Cover. This is a standard cover, 8 ˝ by 11 inches, two color. The cover will be used to provide a standard look for finding aids prepared by curators as guides to Library collections. Contractor is not responsible for design of inside text. D 8. Management Document Cover. This is a standard cover, 8 ˝ by 11 inches, two color. The cover will be used to provide a standard look for internal LS management documents. Contractor is not responsible for design of inside text. D 9. Collections Development Policies and Collections Overviews Binders. This is a design for the front, back and spine of a standard binder to hold 8 ˝ by 11 inch documents. Each binder should have a similar look, with the titles being different. D10. Folder. This is a two pocket folder sized to hold 8 ˝ by 11 inch papers. The Library of Congress reserves the right not to create or update any of the deliverables listed in this contract. The Library reserves the right to create or update other items not listed in this contract. Any additional deliverables will be negotiated and a contract modification will be issued. E. KEY PERSONNEL REQUIREMENTS A principal of the company must attend all meetings and participate in all conference calls. If contact is mostly through the designer, then the proposed designer must also be present. This may be the same person if the proposed designer is also a principal of the company. If one or more of the key personnel becomes, or is expected to become, unavailable for work under this contract such that it would substantially affect the final delivery date of any one item, the contractor shall immediately notify the Contracting Officer and, subject to the approval of the Contracting Officer and his/her representative, promptly replace such personnel with personnel of at least substantially equal qualifications. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitutions. They must contain a complete resume for the proposed substitute and any other information requested by the Contracting Officer or needed by her to approve or disapprove the proposed substitution. The Contracting Officer or his/her authorized representative will evaluate such requests and promptly notify the contractor of her approval or disapproval thereof in writing. If the Contracting Officer determines the suitability and timely replacement of key personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the services ordered, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate, or, at the discretion of the Contracting Officer if she finds the contractor at fault for the condition, the contract price may be equitably adjusted downward to compensate the Government for any resultant delay, loss or damage. F. EVALUATION CRITERIA The contract award will be made on a “Best Value” basis to that offeror whose combination of technical and price is the most advantageous, and which is within the available Library of Congress resources. Offerors will submit written proposals. F 1. The four evaluation factors are: Factor 1. Qualifications/Experience of Key Personnel Factor 2. Previously Demonstrated Experience and Successful Past Performance Factor 3. Samples Factor 4. References The pricing schedule shall be provided in a separate portion from the evaluation criteria. Factor 1. Qualifications/Experience of Key Personnel The offeror shall identify and provide a resume for the principal of the firm to be centrally involved with the contract from its inception through completion. Offeror shall identify proposed designer(s) and shall provide a detailed resume which indicates experience relevant to work on this project. For each proposed team member, offeror must state the level of skill, proposed role on project, employment status, and time commitment to this project. Each proposed team member must have at least ten (10) years professional design experience. Factor 2. Previously Demonstrated Experience and Successful Past Performance Offeror shall provide information to address the following two sections: Factor 2, Section 1. Library/Cultural Institution Audience. The offeror shall provide a list of projects and short descriptions for each project in which its designs targeted a library, scholarly or cultural audience. If the offeror has not designed any projects targeting such an audience, describe other projects in which the relationship between the offeror’s client and the audience is similar to the Library’s relationship with the scholars and the public, including why the relationship is similar. Factor 2 Section 2. Printing. The offeror shall provide a list of projects and short descriptions for each project during the past three years which demonstrate the offeror’s ability to coordinate the printing process with the Library of Congress Print Management Group and/or the Government Printing Office. The descriptions must identify whether the offeror attended the press inspection. If the offeror has not coordinated any printing with the Library of Congress Print Management Group and/or the Government Printing Office, the offeror may provide a written description of their general knowledge of the printing process and work with printers. This could include advice given about cost effective ways to achieve print outcome, attendance at press checks, and work with printers in the metropolitan Washington DC area. Factor 3. Samples. Offeror shall provide samples to demonstrate the following three criteria. The samples should be marked to indicate which criteria they represent. Factor 3, Section 1. Library/Cultural Institution Audience. At least three samples of design work targeted to a library or cultural institution audience, one of which should be a two color sample. Factor 3, Section 2. Project Variety. At least one sample each of a brochure, flier and annual report, two of which should be two color samples. Samples targeted at library or cultural institution audiences are preferred but not required. Factor 3 Section 3. Photography. Samples of the contractor’s photography. The photos should include those of real workers in their work environments. Factor 4. References. Offeror shall submit the names, addresses and phone numbers of 3 references. The offeror needs to have performed/completed work with each reference within the last two years. F 2. Price Proposal The offeror is required to submit a firm-fixed price for each deliverable. A price breakdown is required and must include the total hours per discipline for each deliverable. The anticipated deliverables per year are provided below: Base year deliverables Deliverable 1 Deliverable 2 Deliverable 3 Deliverable 4 Deliverable 5 Deliverable 6 Deliverable 7 Deliverable 8 Deliverable 9 Deliverable 10 Option Year 1 Deliverables Deliverable 2 Option Year 2 Deliverables Deliverable 2 Option Year 3 Deliverables Deliverable 1 Deliverable 2 Deliverable 3 Deliverable 4 Option Year 4 Deliverables Deliverable 2 F 3. Questions/Problems The offeror is to include any questions and/or problems which must be addressed prior to contract award and beginning of performance. If the offeror takes exception to a particular task or condition, it must be clearly identified. G. PERIOD OF PERFORMANCE The contract shall become effective upon award by the Library of Congress. The period of performance shall be one year from date of award, with an option to extend up to four years, on a year to year basis. I. Preparation of Offers: Responses to this solicitation must be submitted in two separate volumes. Volume 1 – Technical Proposal and Volume II – Price Proposal. All offerors are required to submit a price for the initial year and each of the four options years. Offerors must submit a price per deliverable (See section D). Proposals submitted in hard copy must be submitted with one original and three copies. Proposals must be submitted to the Library of Congress, Office of Contracts & Grants Management, LA325, Attn: LaTalya Palmer-Lewis, 101 Independence Avenue, SE, Washington, DC 20540. Offerors may submit a soft copy of their proposal to lpal@loc.gov. Soft copies must include two separate files (file#1 – Technical Proposal and file#2 – Price Proposal. Proposals are due on or before May 22, 2008. Proposals received after the due date will not be accepted. All questions regarding this solicitation must be submitted electronically to lpal@loc.gov. The cut off date for questions is May 19, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e241c9ad308583f9c0eafd35e9fdc9ec&tab=core&_cview=1)
- Document(s)
- Solicitation 1
- File Name: Combined Synopsis/Solicitation (LSM Combined Syn_sol.doc)
- Link: https://www.fbo.gov//utils/view?id=f6bdfbbc00f292241fd6adcb0474fed1
- Bytes: 48.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Combined Synopsis/Solicitation (LSM Combined Syn_sol.doc)
- Place of Performance
- Address: 101 Independence Ave. SE Room 325, Washington, District of Columbia, 20540-4520, United States
- Zip Code: 20540-4520
- Zip Code: 20540-4520
- Record
- SN01572993-W 20080516/080514220312-e241c9ad308583f9c0eafd35e9fdc9ec (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |