Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

C -- Graphic Design Services

Notice Date
10/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Center for Management Support & Admin Services (PHA), 1800 F Street, NW, Room 6037, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-04-CYD-0001
 
Response Due
10/27/2003
 
Point of Contact
Lucille Gillard, Contract Specialist, Phone (202) 501-2525, Fax (202) 501-3836, - Regina Crews, Contracting Officer, Phone (202) 208-9990, Fax (202) 501-3836,
 
E-Mail Address
lucille.gillard@gsa.gov, regina.crews@gsa.gov
 
Description
The General Services Administration (GSA) announces their intent to issue a Request for Proposal (RFP) for Graphic Design Services for up to five (5) Indefinite Delivery Indefinite Quantity (IDIQ) contracts supporting projects, on an as-needed basis, within the Public Buildings Service Office of the Chief Architect. Each contract will consist of a base year, extending 365 calendar days from the date of contract award and four (4) additional one-year duration options to be issued at the discretion of the Contracting Officer, for a potential total duration of five (5) years. The base year and each option year will have a $500,000 maximum order limitation. All work will be performed based on firm, fixed price task orders issued under the basic contract for services. Task order work scopes will require a variety of services including, but not limited to: design, layout, art preparation, photo scans and proofs, preparation of print-ready digital files, printing specifications and image inventory documents, other pre-press services, and press inspection services related to the printing of such publications as books, program guides, monographs, brochures, posters, exhibits, announcements, invitations, event programs, and certificates. The selection process will utilize source selection procedures in accordance with FAR 15.101-1. The Design Excellence selection process will use tradeoffs and portfolio/technical/management factors are more important than price and price related factors. Offers will be evaluated in a tiered, three-stage process. HUBZone firm—those listed on the Small Business Administration’s PRO-Net system will be evaluated first. “Small businesses” (see definition below) will be evaluated second. In a third round, all remaining firms will be evaluated. Based on the evaluation, up to five successful offerors in the HUBZone category will be awarded contracts. If there are not five successful offerors in the HUBZone category, awards will next be made to successful small business offerors. If there are not five awards from the combination of successful HUBZone and small business offerors, then awards will be made to successful offerors not in either of those categories. Offerors must clearly state on the front of their portfolios (see below) if they are applying as a HUBZone or small business contractor. All offerors--regardless of category--must demonstrate three years of successful experience as a Graphic Design Contractor with a portfolio of work comparable to that required under the RFP. Offerors will be required to submit an illustrated portfolio of five to eight recent projects (no more than five years old), all designed by the same lead designer and, as a group, demonstrating the ability to address a variety of project types. Each project shall be documented with no more than five pages and samples of the actual work may be attached. In addition, the portfolio shall include a statement (no more than three pages), articulating the lead designer’s design philosophy, approach to projects, and commitment to the work of the GSA Public Buildings Service, Office of the Chief Architect. The lead designer’s resume shall also be included. Offerors shall concisely summarize the size, number of employees, experience, and technical capabilities of the firm and all potential subcontractors. Offerors shall describe how projects are managed, the interaction with the client and subcontractors, the process used to develop and refine designs, and the strategies for managing schedule and costs. Proposals meeting minimum criteria will be reviewed and evaluated based on the following additional criteria: (1) Lead Designer’s Portfolio and Design Philosophy; (2) Firm Experience and Technical Capabilities; and (3) Management Capabilities and Processes. This solicitation is open to both small and large business firms. The small business size standard for the procurement (under NAICS number 541430) in accordance with FAR 19.1, is three-year receipts not exceeding $6 million. Large business firms will be required to submit an acceptable Small Business Subcontracting Plan in accordance with the solicitation and FAR 52.219-9. GSA is committed to assuring that the maximum opportunity is provided to the small business community to participate in these contracts. The RFP will be issued on or about October 27, 2003 and proposals will be due 30 days after issuance. Copies of the solicitation may be obtained electronically at http://www.fedbizopps.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-OCT-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-DEC-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/PHA/GS-00P-04-CYD-0001/listing.html)
 
Place of Performance
Address: Place of Performance: GSA Public Buildings Service Office of the Chief Architect 1800 F Street, NW - Suite 3341 Washington, DC
Zip Code: 20405
Country: USA
 
Record
SN00490926-F 20031218/031216214522 (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.