SOLICITATION NOTICE
D -- Editorial Graphic design and photography support
- Notice Date
- 8/1/2009
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-09-1061649
- Archive Date
- 8/25/2009
- Point of Contact
- Jeankite L Joseph, Phone: 301-827-5095, Christopher E. Cunningham, Phone: 301-827-7185
- E-Mail Address
-
jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov
(jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.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 Federal Acquisition Regulation (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 solicitation, FDA-SOL-09-1061649, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-35. The acquisition is set-aside for Small Business. The associated NAICS code is 541512 and small business size standard is $ 25.0 Millions. The Food and Drug Administration (FDA) is seeking competition for “Editorial graphic design and photography support.” Specifically, FDA is seeking to increase its production of consumer articles and to acquire graphic design support services. Scope of Work The contractor shall be capable of providing editorial and graphic design support services for the creation of consumer-oriented Web content and printed materials. Assignments may be given on short notice with tight deadlines for completion. Description of Work Editorial services will include the following steps: (1) research and writing; (2) editing and fact-checking; (3) clearance; and (4) proofreading. FDA will require each article to be written for the Web, be approximately 750-1,200 words in length, include quotes from FDA subject matter experts and follow generally accepted plain-language principles. Specifications for other editorial products (e.g., brochures and reports) will be determined on case by case basis. The clearance of written materials will follow the staff’s existing standard operating procedures, which includes review by subject matter experts within the agency. Graphic design services will include the following steps: (1) layout and production; (2) proofreading; (3) clearance; and (4) final production of online and/or print versions of consumer health articles, brochures, reports and other materials. FDA will require final products to be consistent with the staff’s existing visual styles and templates. Consumer health articles will be native InDesign format with links to art and delivered in PDF format to pre-determined specifications for posting on the Web and/or printing on press in some cases. FDA will provide art (e.g., photographs and illustrations) as needed to produce products. In other cases, art direction may be provided. Deliverables and Milestones The FDA will expect the contractor to produce at least 30 consumer articles and provide approximately 480 hours of graphic design services during a 12 month period of time. Each article and other editorial deliverable must be transmitted to FDA in plain text (i.e., Microsoft Word), InDesign file and PDF formats (i.e., in accordance with the agency’s established styles and visual template and specifications for posting on the Web and/or printing on press). Assignments may be given on short notice with tight deadlines for completion. Period of Performance From the time the contract is awarded for one year. Staffing The Consumer Health Information Staff will require staffing with writing and editing expertise related to food and medical product safety. This work is performed under constant deadline pressure. It requires the ability to evaluate public health information quickly and translate complex language into reader-friendly material. The contractor staff must have experience writing health and medicine news articles for a daily newspaper, wire service or magazine distributed nationally. This includes having experience interviewing subject matter experts, conducting research independently, providing proper attribution for source materials, and verifying facts to ensure accurate reporting. For graphic design services, the contractor will be required to have demonstrated expertise in the use of InDesign, PhotoShop, Adobe Illustrator and Flash. Security Requirements Contractor personnel are expected to conform to normal operating hours. The normal duty hours are 8 a.m. to 5 p.m., Monday through Friday with the exception of official federal government holidays. Contractor employees who will be in DHHS-owned or leased space for less than thirty (30) days are exempted from the background investigation requirement. Contractor employees must be escorted at all times while in DHHS-owned or leased space. Payment for Unauthorized Work No payments will be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the contractor at the request of an individual other than a duly appointed Contracting Officer. Only a duly appointed Contracting Officer is authorized to change the specifications, terms, and conditions under this effort. Location: 10903 New Hampshire Avenue, Building WO66, Silver Spring, MD 20993 Evaluation Criteria The Offeror should demonstrate in its proposal that the objectives in the statement of work are understood and offer a logical approach to their achievement. Award will be made to the Offeror who is deemed most responsive, whose proposal conforms to all requirements, and is judged to represent the best value. To conduct a best value assessment, the FDA will evaluate the Offeror’s proposal submission based on criteria described below. As this is a best-value selection, the government may make tradeoffs in the factors below to arrive at a best value decision. The Government may award the contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the Offeror's best terms from a cost and technical standpoint. EVALUATION CRITERIA The evaluation will be based on the completeness, thoroughness and demonstrated capabilities of the prospective Offeror in relation to the needs of the project as set forth in the SOW. Each proposal must document the feasibility of success implementation of the requirements. The Offeror should show that the objectives stated in the proposal are understood and offer a logical program for their achievement. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed below. Technical: Demonstrated understanding of the requirement and capability to be responsive to the requirement (20 points) Past Performance: Approach and demonstrated experience and qualified personnel to fulfill the requirement. (65 points) This criterion will be used to rate the acceptability of a plan of action with details on how the proposed work will be accomplished. Include a timeline; lists of key individuals who will work on the project with a short description about their effort or contribution. Assure the adequacy of time devoted to the project by key staff. The key staff should be qualified and knowledgeable. A premium is placed on skilled writing and editing of features on food and medical product safety topics, and adherence to a tight production schedule. Provide resumes that include a description of the experience and capability for each of the key personnel, including documentation of their previous experience researching and writing on health and medicine for a daily newspaper, wire service or magazine distributed nationally. Descriptions shall address such items as the individual’s background, education, work experience and accomplishments. Show the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature to this effort and include five related writing samples for each individual proposed to perform editorial activities. While number of resumes supplied by the bidder is not limited, only resumes for key personnel working under this contract shall be provided. Price: The extent to which the project’s costs are reasonable based on the activities to be carried out and the anticipated outcomes. (15 points) OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTE, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (JUL 2009), WHICH ARE AVAILABLE ELECTRONICALLY AT: http://www.arnet.gov/far/current/html/52_212_213.html. The clause at FAR 52.212-4 (Mar. 2009), Contract Terms and Conditions – Commercial Items and FAR 52.212-5 (Jun. 2009), Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Sep. 2006), (2) 52.219-8, Utilization of Small Business Concerns (May 2004), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (FEB 1999), (5) 52.222-26 Equal Opportunity (MAR 2007), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans (Sept 2006) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (11) 52.232-33 Payment by Electronic Funds Transfer (Oct 2003). (12) 52.204-7 Central Contractor Registration (Apr 2008). (13) 52.217-7 Option for Increased Quantity—Separately Priced Line Item (Mar 1989) (14) 52.217-8 Option to Extend Services (Nov 1999). (15) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Technical Proposal shall be no more than 25 pages. Award will be made to the offeror providing best value to the Government in consideration of cost and technical proposal. The Contract Specialist must receive any questions no later than August 04, 2009. An original and 3 copy of the offerors cost and technical proposal shall be received on or before 4:00 P.M. local time, August 10, 2009 at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. For information regarding this solicitation, please contact Jeankite Joseph, at 301-827-5095, Fax 301-827-7106, or email: jeankite.joseph@fda.hhhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1061649/listing.html)
- Place of Performance
- Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN01896386-W 20090803/090802041146-287c34a7f8295dfac427f5f14e595772 (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 |