Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

T -- Provide cover design services, text design services, proofreading editing, as required, to produce the Public Works Digest.

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Humphreys Engineer Center Support Activity, US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-09-T-0024
 
Response Due
8/19/2009
 
Archive Date
10/18/2009
 
Point of Contact
Lisa L. Kurtz, 703-428-6318<br />
 
E-Mail Address
US Army Humphreys Engineer Center Support Activity
(lisa.l.kurtz@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The requirement is set-aside for small business, and the associated NAICS code is 541430 Graphic Design Services. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil Contractors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. The following provisions apply: FAR 52.212-1, FAR 52.212-3 Offerors must submit a completed copy of this provision (52.212-3) with their quote, FAR 52.212-4, FAR 52.212-5 which incorporates the following: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, and 52.222-37, DFARS 252.212-7001, and Contract Manpower Clause (see below). DUE DATE: The due date for the delivery of a response to this solicitation is on or before 12:00 noon, Eastern Standard Time (EST), 19 August 2009. POINT-OF-CONTACT (POC): Lisa L. Kurtz, Contract Specialist, Phone: 703-428-6318, FAX: 703-428-8181, E-MAIL: lisa.l.kurtz@usace.army.mil. Proposals can be e-mailed or faxed. ITEM NO SUPPLIES/SERVICES QUANTITY/UNIT UNIT PRICE 0001 Create Template that follows current Design explicitly per Scope of Work (One time set-up cost) 1 Lump Sum $__________ 0002 Provide design and layout services per Scope of Work Base Year 1 Lump Sum $__________ 0003 Provide design and layout services per Scope of Work Option Year One 1 Lump Sum $__________ 0004 Provide design and layout services per Scope of Work Option Year Two 1 Lump Sum $__________ 0005 Provide design and layout services per Scope of Work Option Year Three 1 Lump Sum $__________ 0006 Provide design and layout services per Scope of Work Option Year Four 1 Lump Sum $__________ 0007 Contract Manpower Requirement (See below) 1 Lump Sum $__________ Request for Proposals: Provide cover design services, text design services, proofreading and editing, as required, to produce the Public Works Digest. 1. BACKGROUND: The Public Works Digest is a collection of articles and graphics that provides technical information, lessons learned and guidance on the public works business to Army installations worldwide in magazine format. 2. SCOPE: The contractor shall provide all necessary labor, materials, equipment and services to accomplish the specified design services and associated proofreading and editing. The contract is for up to six (6) issues of the Digest based on 44 pages per issue. Potential contractors should consider in their bids unexpected layout changes due to fast-breaking news, changes in policy, and late submissions that may require travel to the Technical Point of Contact (TPOC) and vice versa. The scope of work includes, but is not limited to, the following tasks: For initial set-up, creating templates that follow current design explicitly Design and layout for up to six issues Cover art and design Color photo scan Digital image translation/extraction Text conversion Custom diagram/graph/chart/table Clip art or art retrieved from websites Making TPOCs changes Generation of Acrobat pdf file with color photos for Internet (low resolution) Generation of Acrobat pdf file with color for press (high resolution) Creating custom icons for each section head Courier services to pick up materials from TPOC at 441 G Street NW, Washington, DC The design services shall follow the established design, format, style, and fonts of the current Public Works Digest (available for viewing at http://www.imcom.army.mil/site/pw/digest.asp) using desktop publishing methods and software, and should be prepared to be printed in color; no edge bleeds; saddle-stitched and folded to 8 by 11. Programs to be used: Adobe InDesign or QuarkXpress, PhotoShop, Adobe Illustrator, Microsoft Word, Microsoft PowerPoint, Microsoft Excel. Text in Microsoft Word and art shall be provided to contractor in sections via e-mail or on CD. The contractor shall provide graphic and design services for publication of up to six issues of this publication using initial and follow-on page layout templates generated by the contractor. In addition, the contractor shall be asked to provide some proofreading/editing services. On occasion, there may be an insert such as a poster or centerfold foldout or survey on a perforated page, but no more than one per issue. Each issue shall contain no more than 44 pages and should be completed to allow for distribution to readers (including 5 workdays for printing) by the last week of the first month and no later than the first week of the second month of production. For example, the January/February issue should be completed by the end of January, the March/April issue by the end of March, and so forth. The TPOC shall provide: a.All articles and/or materials for all articles. b.All photos and other art as either digital or hard copy in color or black and white, but the contractor will do all cropping (scanning if not digital), and sizing. c.All cut lines and photo credits. d.All concepts/photos for cover. 3. DELIVERABLES: The basic process for performing the work shall be as follows: a.TPOC presents articles and art in labeled sections to contractor for design via e-mail or on CD delivered to the contractor by courier at contractors expense. The Letter from the Editor, if there is to be one, may be e-mailed 1-2 days after sections. Late or filler articles and art may be e-mailed as the layout process evolves. b.Contractor submits designed layout to TPOC for approval by e-mail as a pdf file or in hard copy at contractors expense. (2 working days) c.TPOC submits layout corrections/changes to contractor and contractor responds with corrected/changed pdf files until all issues have been resolved. (1 working day each turnaround) d.Contractor prepares final pdf file and submits it to the TPOC for web posting and submits disk to print contractor prepared and formatted for color printing after final approval by TPOC. (1/2 working day). e.Revisions are dictated by the TPOC to the contractor by phone or sent via e-mail, and shall consist mainly of typographical and editorial changes as well as article shifting for better design. On occasion, the designer will have to meet with the TPOC when art/layout must be revised or an article inserted or pulled at the last minute, affecting the design of the entire Digest, while still maintaining the specified work schedule. This travel shall be done at the contractors expense. f.The performance by the contractor and the quality of work delivered, including services rendered in support thereof, shall meet generally accepted professional standards and are subject to inspection, review and acceptance by the TPOC. g.The contractor shall effectively demonstrate knowledge of good layout and design practices by assessing the impact of photos, themes, and articles, and the importance of subjects in the photos by creatively sizing and placing the photos on the page based on their content. 4. PERIOD OF PERFORMANCE: Base year with 4 one-year options. END OF SCOPE OF WORK CONTRACT MANPOWER REPORTING CLAUSE The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Attachment A (Contract Manpower Reporting Worsheet.doc) will be provided to each contractor as part of the applicable solicitation or contract and is considered part of this clause. ATTACHMENT A CONTRACT MANYEAR REPORTING WORKSHEET GOVERNMENT SUPPLIED INFORMATION: 1. Period of performance: Beginning and ending dates covered by reporting period 2. MACOM UIC: 3. Requiring Activity UIC: Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information 4. Federal Service Code: Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) 5. Contracting Office Contact data: Contract number, including task and delivery order number 6. Contracting Officer Representative/Technical Representative contact data: 7. AMSCO: 8. Element of Resource (EOR): 9. Department: 10. Operating Agency (OA): 11. Basic Symbol: 12. FY Dollars: 13. Total Obligation: CONTRACTOR OR SUBCONTRACTOR SUPPLIED DATA: 1. Period of performance within reporting period: Beginning and ending dates covered by reporting period 2. Contractor contact information: Contractor name, address, phone number, e-mail address, identity of contractor employee entering data 3. Total Payment: (including subcontractors) 4. Direct labor hours: (including subcontractors) 5. Direct labor dollars: (including subcontractors) 6. Contractor/Subcontractor data entry flag: 7. Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) 8. Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year Comment: (Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website) QUALITY ASSURANCE SURVEILLANCE PLAN FOR PUBLIC WORKS DIGEST SERVICES INTRODUCTION This Quality Assurance Surveillance Plan (QASP) has been developed to evaluate contractor actions while implementing this Performance Work Statement. It is designed to provide an effective surveillance method of monitoring contractor performance for the requirements given in the Performance Work Statement. The contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. QUALITY ASSURANCE SURVEILLANCE PLANS/SCHEDULE OF SURVEILLANCE -TASK MONITOR: Bimonthly Invoices METHOD: 100% FREQUENCY: As Required for the months of Jan, Mar, May, Jul, Sep, and Nov. -TASK MONITOR: Consultations METHOD: 100% FREQUENCY: As Required for the months of Jan, Mar, May, Jul, Sep, and Nov. -TASK MONITOR: Completed Product(s) METHOD: 100% FREQUENCY: As Required for the months of Jan, Mar, May, Jul, Sep, and Nov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-09-T-0024/listing.html)
 
Place of Performance
Address: US Army Humphreys Engineer Center Support Activity ATTN: HQUSACE 441 G Street NW Washington DC<br />
Zip Code: 20314<br />
 
Record
SN01900397-W 20090807/090806001337-1a048f8ba2fc4b292f125e20ce10fb29 (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.