Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2002 FBO #0281
SOLICITATION NOTICE

T -- Concept for Illustration Services

Notice Date
9/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
SSA-RFQ-02-0501a
 
Point of Contact
London Clark, Contracting Officer, Phone 410-965-9495, Fax 410-966-9310,
 
E-Mail Address
london.clark@ssa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The provisions and clauses incorporated herein are those in effect through the latest Federal Acquisition Circular FAC-2001-09. This requirement is 100% Small Business set aside. The North American Industry Classification System (NAICS) code is 541430 with a business size standard of six (6) million dollars. The Request for Quotation (RFQ) number is SSA-RFQ-02-0501. This acquisition is subject to FAR Subpart 13.5 regarding the application of simplified acquisition procedures. PURPOSE: The purpose of this effort is to obtain contractor services for the development of concept for illustrations in black and white and color. The concept illustrations developed under this contract will be used for a variety of public information publications produced by the Social Security Agency?s (SSA) Office of Communications. There will be twenty-five projects requested over a six-month period (4 each month beginning September 2002 and ending February 2003 with one extra for an emergency situation during the time period). Each project will consist of one full-page illustration, measuring 11 in. x 8.5 in. and one ? page illustration. BACKGROUND: The Office of Communications is responsible for producing and distributing public information materials to help educate the public of their rights and responsibilities under the Social Security Act. SSA field offices depend on the more than 100 publications and fact sheets to accomplish this goal. The initial phase of publication production involves the development of a concept for illustration. One of SSA?s main objectives is to strengthen the public?s understanding of the SSA programs. The SSA Office of Communications is responsible for producing and distributing public information materials to help educate the public on their rights and responsibilities under the Social Security Act. SSA field offices depend on more than the 100 publications and fact sheets to accomplish this goal. The initial phase of this publication process is the development of concept for illustrations. STATEMENT OF WORK: TASKS: The contractor shall: 1) Review the manuscript provided by SSA. SSA will provide the contractor with story manuscripts for each publication with additional instructions necessary to complete rough sketches. A total of twenty-five manuscripts will be provided with 4 delivered each month over a six-month period. One additional manuscript is included for an emergency situation during the six-month period of performance (DAY 1), 2) Provide the SSA Project Officer (PO) with a rough layout or laser proofs of the concept for illustrations, inclusive of enhancement and improvement suggestions, within 3 full working days of receipt of SSA?s story manuscript (DAY 4), 3) The SSA PO?s approval of the rough layout is required prior to initiating Task 5 (DAY 4), 4) The SSA PO will return the rough layout or laser proofs within 24 hours to the contractor with changes and further instructions as applicable. SSA may make changes to the rough layout and laser proofs or require a new rough layout and/or concept. The contractor shall return the revised rough layout or laser proofs, incorporating SSA?s changes, within 3 days of receipt (DAY 7), 5) Provide the SSA PO with the finished illustration within 3 days of receipt of SSA?s approval of the rough layout (DAY 7), 6) Provide the SSA PO with all illustrations, rough and final, in one of the following formats: a) One full page measuring 11 in. x 8.5 in. or one ? page, in black and white or color illustration as directed by SSA, b) Prepared in MAC on disk, Photo-Shop or Adobe Illustrator, 7) Provide the illustrations in the tasks above by either personal delivery or courier to the SSA PO located at 6401 Security Boulevard/Woodlawn, Maryland 21235. Attn: Bill Dock or Lillian Smith, and 8) Attend as many as 5 face-to-face meetings per project at SSA, Woodlawn, MD, dependent upon the number of changes required in Task 1 for the rough layout and/or laser proofs. PERIOD OF PERFORMANCE: The period of performance is 6 months from date of contract. EVALUATION FACTORS: The following factors will be considered: 1. Equipment: The Contractor?s equipment shall be compatible with SSA?s hardware and software. SSA?s required software and hardware are as follows: a) Macintosh G3 Computer with 30G memory and 185MB RAM, b) Macintosh G4 Computer with 12G memory and 185MB RAM, c) Zip drive, Jaz drive and CD ROM Burner, d) Software: Quark 4.1; Illustrator; PhotoShop 5.5, Framemaker; PageMaker; In-design; Typestyler; Microsoft Office 98, e) On-Stream/Retrospect Archival System ? 30G tape, f) Black and White laser printer ? 11 in. x 17 in. format, g) Epson 3000 Color printer, Maximum size paper 17 in. x 22 in., h) Mounting facilities for overnight turn around. Maximum 17 in. x plus, i) Apple Remote through additional cable service to transfer larger files from supplies, j) Cable Internet hook-up for faster service, k) Large drawing board to prepare and mount presentations, l) Color and Black and White copier 8.5 in. x 11 in. 2. Past Performance: Past performance will be evaluated through an analysis of the references submitted with the proposal. Provide three (3) Federal Government reference points of contact to ascertain how well the offeror has performed in the following areas: a) Quality of product/service delivered (compliance with contract requirements, accuracy of work products, innovation, and initiative. Also, for each reference, please provide the client?s name, address, name of contracting officer/point of contact, telephone number including area code and extension if appropriate, b) Cost control or effectiveness in completing project requirements, c) Timeliness of performance (i.e. meeting transition and cut-over schedules), reliability, and d) Business relations: effective management, responsiveness to customer requirements, promptness in problem reporting, flexibility, pro-activeness, effective solution making. 3. Experience: Contractor should show relevant experience in this type of work that proves knowledge and understanding of the subject matter by submitting samples of their previous work as it relates to the Statement of Work. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this solicitation. Offerors must meet requirements of the evaluation criteria. If the offeror does not meet these requirements, its proposal will not be evaluated any further. Experience and Past performance information should be limited to current projects and/or projects completed within the past 3 years. 4. Price: Price is an important evaluation criteria for this requirement, but not as important as experience, past performance, and equipment. TECHNICAL DIRECTION: Performance of the work under this contract shall be subject to the technical direction of the project officer. The term "technical direction" is defined to include, without limitation, the following: a) Directions to the contractor which redirect the contract effort, shift work emphasis between work areas or tasks, require the pursuit of certain lines of inquiry, fill in details or otherwise serve to accomplish contractual statements of work. b) Provision of information to the contractor which assists in the interpretation of specifications or technical portions of the work description. c) Review and, where required by contract, approval of technical reports, specifications or technical information to be delivered by the contractor to the Government under the contract. Technical direction must be within the general scope of work stated in the contract. The project officer does not have the authority to, and may not, issue any technical direction which: (1) constitutes the assignment of any additional work outside the general scope of the task order; (2) constitutes a change as defined in the clause entitled, "Changes;" (3) in any manner causes an increase or decrease in the total contract price or time required for the contract performance or (4) changes any of the expressed terms, conditions or specifications of the contract. All technical directions shall be issued in writing by the project officer or shall be confirmed by him/her in writing within 5 working days after issuance. The contractor shall proceed promptly with the performance of technical directions duly issued by the project officer in the manner prescribed by this article and within his/her authority under the provisions of this article. If, in the opinion of the contractor, any instruction or direction issued by the project officer is within one of the categories as defined in (1) through (4) above, the contractor shall not proceed, but shall notify the contracting officer, in writing, within 5 working days after receipt of any such instruction or direction and shall request the contracting officer to modify the contract accordingly. Upon receiving such notification from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor, in writing, that, in his/her opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause of the contract. The contractor shall thereupon proceed immediately with the direction given. A failure of the parties to agree upon the nature of the instruction or direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the contract clause entitled, "Disputes." FAR CLAUSES AND PROVISIONS: The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: (Note: full text of all clauses and provisions can be accessed via the Internet using the following website: http://www.arnet.gov-- FAR Clause at 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000); 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002); INSTRUCTIONS FOR SUBMITTING OFFERS: Each offeror shall include a completed copy of the FAR Provisions at 52.212-3, Offeror Representations and Certifications (May 2002) with its offer. Proposals shall be submitted by 12:00 p.m. EST, September 16, 2002. Cost and Technical proposals can be faxed or e-mailed to the attention of Mrs. London Johnson at 410-966-9310 or e-mail London.Johnson@ssa.gov. All proposals should state point of contact, address, telephone number and the solicitation number SSA-RFQ-02-0501. Please include your Tax ID number and DUNS number when submitting your proposal.
 
Record
SN00160740-W 20020909/020907213208 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.