Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
MODIFICATION

U -- National Flu Season Toolkit

Notice Date
8/24/2007
 
Notice Type
Modification
 
NAICS
511199 — All Other Publishers
 
Contracting Office
Department of Veterans Affairs;Education SVC;1615 Woodward Street;Austin TX 78772
 
ZIP Code
78772
 
Solicitation Number
VA-777-07-RP-0078
 
Response Due
8/29/2007
 
Archive Date
9/28/2007
 
Point of Contact
Rita Bonner Contract Specialist 440.838.6039
 
E-Mail Address
POC
(RITA.BONNER@VA.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial services 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; Request For Proposal (RFP) is being requested and a written solicitation will not be issued. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This procurement is set-aside for Service Disabled Veteran Owned Small Businesses and the NAICS Code is 511199 and the small business size standard is 500 employees. National Flu Season Toolkit and Poster and Brochure Print Material Design and Layout Support The contractor shall design the following, which will convey a single unified graphic theme: 1. A minimum of one and or as many as ten, four color single sided Posters with varnish (posters may bleed all 4 sides is an option). 2. 1 Poster will be printed to 24" x 31" size, 4 color, one sided. 3. Place the VA logo and signature on furnished files by the Center for Disease Control (CDC). The number of CDC Posters furnished may be 10-15. 4. Design Two, 2 piece four color buttons (4" or less). 5. Design One, one color sticker (crack and peal) (2" Square/Oval or round/Triangle or less). 6. 3-5 Brochures 4 color (maintain CDC layout, insert new photos/text for VA use) (print end of FY), brochures-content provided by VA. 7. Cover/spine design for see thru binder or other bindery method. Finished text pages furnished by the client (no design work required on text pages). If photo stock images are required, the contractor must provide an itemized list of the associated cost, with repeat use provisions, should a reprint be needed. Only submit a free draft version, until the image has been approved by the client as a part of the overall project. The Applications that will be used include: Adobe Indesign, version CS2, Adobe Photoshop CS2, and Adobe Illustrator CS2. Files will be completed/saved in merged and native layered formats. All photos and other files used must be saved in a high resolution setting, suitable for printing, with a minimum setting of 300 dots per inch (dpi) or higher. If required, no more then two versions with 3 revisions of the proposed graphic design will be submitted per the project bid. Additional designs can be created at the hourly rate listed in section 13, providing this has been approved by the Contracting Officer's Technical Representative (COTR) and Program Manager. The contractor shall use the design approved by Client. The Project Manager (PM) will furnish a Client approved Microsoft Office, Word 2003 text file (PC version) or Office 2004 (Apple) file. The file must be proofed and in final form prior to submission to the Project Manager and COTR. Communication: Communication with the client can be accomplished through the Contracting Officer's Technical Representative (COTR) or directly. All email communication with the Client must be copied to the Contracting Officer and COTR. In the event the COTR cannot be reached via email, please email or contact, Dennis Fowler, Project Manager, the designated Employee Education System (EES) contact for the National Flu Toolkit project at phone number: 205-731-1812 x 203 or cell phone: 205-731-1812 ext. 203, Email: dennis.fowler3@va.gov. Joseph M. Radford is the COTR, and EES Graphic Designer contact and can be reached at: 801-924-6817, or cell phone: 801-815-4692, Email: joseph.radford@ va.gov. The COTR is the Primary Point of Contact in the event that a problem arises with the work required under the contract. All email communication between the COTR and the contractor shall be saved by the contractor. Please refer all new Client requests which are not a part of the contract to the COTR. No new work is to be accomplished without written permission from the COTR. All email files will be duplicated and given to Joseph at the completion of the project. 2. Proof files for Client Review All proof copies will be created in Adobe Reader PDF formats prior to being sent to the Employee Education System (EES), contract printer. One proof copy will be created, shared between the PM, Contractor Graphic Designer (CGD) and the COTR, prior to printing. The Contractor is responsible for initial quality control of the proof copies prior to submission to PM and COTR. The COTR and PM will collaborate on recommended changes, and prior to return to CGD, will receive Client approval. All files that are a part of the project will be scanned by the contractor, using the spell checker extension/utility (including vector, rasterized and text files layers). This includes files not created by the contractor, but is a part of the final project. This will be performed at least twice before creation of Acrobat PDF Proof file. The sequence of text, i.e. chapters/headers, page numbers and table of contents, etc, are to be created and proofed prior to final file submission to the PM and COTR. Once created, a final will be emailed to the COTR and PM for review, upon approval the PM will email the PDF version to the Client for their approval. The client has 4 business days to review the proposed first designs. A second design submission will have 3 business days for review. Minor changes must be reviewed within 2 business days. Any delay in review will also delay the submission of the job for reproduction by that same amount. Use the following Web Site if the file site exceeds 3 megabytes: http://www.sendthisfile.com/ It is recommended that everyone associated with the contract register them selves for free access at the start of the contract. When a file is sent to the recipient, a notification is automatically generated, notifying them that a file has been sent. If a file cannot be opened, contact the sender in a timely manner. Failure to do so may delay the delivery date of entire print project. Once Client approval has been completed, the contractor shall deliver a finished Acrobat Press Ready-PDF file proof to the contract printer for initial development of digital proof color copies. A paper copy of the PDF file will also be made a part of the submission to the printer. These include files not created by the contractor, but are a part of the final project. The Contract Printer will complete the 2 digital proofs, and deliver one each, to the COTR, and PM. They will review the proofs and the PM will get Client approval for printing and delivery. 3. Changes to file: Any changes requested by the COTR or PM that are a modification to the originally submitted text file may require additional funding as a part of the design and layout process. The CGD will furnish estimated costs to the COTR who will in turn notify the PM. This will be based on the below hourly rate (see number 13). The PM must approve all additional charges and notify the COTR before work can be authorized. Additional production time may be required and will be estimated by the contractor and furnished to the COTR for acceptability. If a change is required after the contract printer has created digital proof, plate charges and printer pre-press production charges will be incurred. It is the intent of the Client, PM and COTR to not require major changes to the digital proof. If major changes are required, a new digital proof will need to be developed. Major changes to the digital proofs will require additional funding and may require a new production schedule for printing. In the event that the requested changes delay the project due date/deadlines, the COTR and PM will notify the contract printer in writing before major changes are authorized. 4. Acrobat PDF File for WEB Site A copy of the final PDF files must be submitted to the PM by the CGR for use on the VA WEB site. If an update to the file occurs at the contract printer, the printer will be responsible to create the final PDF version and email submission to the PM and COTR. Brochure and poster must be tagged for 508 compliancy. 5. Estimated Print Cost The contractor shall inform the COTR of the image count, enabling the contract printer to establish a firm estimated reproduction cost. The information will be forwarded to the PM to confirm that allocated funding levels are adequate. 6. Inks -Paper Stock: Pantone /Process Coated inks will be specified using a swatch sample and sent to the contract printer by the contractor for reproduction color accuracy. The Pantone chip samples must not be more then two years old from date of purchase, and properly stored in order to be accurate as color ink guide. The Poster will be reproduced in Process color inks (CMYK), with a varnish applied on the sticker and poster. Any change to the stock must fall within the GPO paper stock and or contract guidelines and be approved by the PM through the COTR. 7. Backup of native project files: The PM and COTR will make a copy of the native program file as a backup, in the event of file loss, or computer system file corruption, prior to forwarding the file to the contractor. 8. Completed files: The contractor shall supply the completed files on CD/DVD and use a priority overnight mailing method when sending the completed files to the GPO Chicago office. Backup of all files must be created and retained by the contractor until a working copy has been given to the COTR. The approved and completed files are the property of the VA, and will be delivered to the COTR for subsequent delivery to the PM. 9. Shipping Information: Shipping distribution labels will be provided and approved by the PM. The labels must be proofed and validated as current, prior to being sent to the COTR/CGD and or printer by the PM. The labels should be sent to the contract printer no later then the date of the approved /signed proof. The sub contractor toolkit provider address must be furnished at that time. All items to be stored by the VA Hines Distribution Center, will require a Box ID, which must be provided by the PM to the COTR/printer. It will be clearly marked on the outside of the shipping box by the printer. 10. GPO Files 2511 & 952: A copy of Government Printing Office (GPO), Desktop Publishing Disk Information form 952 PDF file will be provided to the contractor by the COTR using email or overnight mail. The contractor shall provide Government Printing Office (GPO) completed documentation to contract printer and PDF files to the COTR. This includes Desktop Publishing Disk Information form 952 and any additional documentation sheets. Additional sheets must include project title and print order number. The GPO Print Order form 2511 will be emailed or made a part of the project files and sent to the contract printer by either the contractor or the COTR. Additional sheets made be used for print specifications, with the Print Order number used to identify the GPO submission. A copy of the GPO forms will be given to the Chicago, GPO contract specialist by the COTR. 11. Graphic files Property of: Any graphics created for this project become the property of the Department of Veterans Affairs. All finished files given to VA 12. Contractor Fee: An hourly rate of $60.00 dollars per hour will be charged by the contractor for additional design and layout needs. 13. Contracting Officer's Representative (COTR): Joseph M. Radford Salt Lake City Employee Education Resource Center 550 Foothill Drive, Suite 100 Salt Lake City, UT 84113 Phone: (801) 924-6817 Fax: (801) 924-6811 E-mail: joseph.radford@va.gov Specific Tasks 14. Project Components: Quantity Description 1 Poster for National Flu Season Toolkit and as a separate Product. Size: 24" x 31", with option of 1/8 "bleed, 1- 4 sides. Modify one of the previous designs 2-10 Small Poster # 2-10 for National Flu Season Toolkit and as a separate product distribution, size: 8.5" x 11", with option of 1/8 "bleed on 1- 4 sides. 10-15 Poster # 3 from CDC file, adding VA Logo (8.5" x 11") with 1/8 " bleed, 1- 4 sides. 2 2, 4 color button - 2 piece 1 4 color, Cover and or Spine with same design as poster for bindery item. (not 3 ring binder) 1 1 color introduction contents sheets, will be supplied by the client 1 One color sticker, on roll. 3-5 4 color brochure, follow CDC design format insert VA appropriate images and text as needed 15. Delivery Acceptance: Approval and Acceptance Printed Materials shall be completed 10-15 working days after the contract printer/GPO assigned printer has received final proof approval. Delivery must be inside, in all cases. Quality print standards will be in accordance to Government Printing Office (GPO) regulations. Any dissatisfaction with all or part of the finished material must submit to GPO and will be reviewed using applicable guidelines/regulations. The following provisions apply to this acquisition: Small Business; 852.270-4 Commercial Advertising; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items, paragraph (a) is filled in as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, past performance and cost. The technical criteria and past performance are approximately equal in weight, and when combined are approximately equal to price; 52.212-3 Offer Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and conditions to Implement Statutes of Executive Orders-Commercial Items, including clauses incorporated by reference under Section (b) 7 through 10. 52.215-1 Instructions to Offerors-Competitive Acquisition; and 52.215-5 Facsimile Proposals. Offerors responding to this announcement shall provide the information required in provisions 52.212-1, a completed copy of 52.212-3 and a signed Standard This announcement has been canceled. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-07-RP-0078/listing.html)
 
Record
SN01385219-F 20070826/070824230859 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.