SOLICITATION NOTICE
R -- Professional Creative Services - Package #1
- Notice Date
- 12/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541490
— Other Specialized Design Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHLM2013631-UHP
- Archive Date
- 2/2/2013
- Point of Contact
- Uyen H Phuong, Phone: 301-496-6127
- E-Mail Address
-
phuongu@mail.nih.gov
(phuongu@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Package (4 of 4 files) of NIHLM2013631-UHP Solicitation Package (3 of 4 files) of NIHLM2013631-UHP Solicitation Package (2 of 4 files) of NIHLM2013631-UHP Solicitation Package (1 of 4 files) of NIHLM2013631-UHP 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 contained in this notice. This announcement constitutes the formal Request for Proposal (RFP) NIHLM2013631-UHP and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through December 2012 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-63. This acquisition is a 100% small business set-aside and the NAICS code is 541490. It is the intent of the National Library of Medicine (NLM) to procure professional creative services over a period of five (5) years for the Exhibition Program at the National Library of Medicine for production of museum quality, moderate sized exhibitions, refurbishing and adding to existing exhibitions, traveling and managing exhibitions, and transportation and storage of exhibition structures and elements. The NLM has scheduled an optional site visit to review the performance site. The site visit is recommended and is scheduled on January 4, 2013 from 1:00 PM to 4:00 PM Eastern Standard Time. All attending participants MUST meet the contract personnel, Uyen Phuong, at 8600 Rockville Pike, the Lobby of Building 38, Bethesda, MD 20894. If you have any additional questions, please contact Uyen Phuong at 301-496-6127. EVALUATION FACTORS FOR AWARD After satisfaction of the Mandatory Qualification Criteria, the evaluation will be based, in addition to price, on the demonstrated capabilities of the prospective vendors to the meet the needs of the project as set forth in the Statement of Work. Prospective vendors must submit information sufficient to allow NLM to evaluate based on the following criteria. Technical factors are of paramount consideration; however, cost is also important to the overall award decision. All evaluation factors other than cost, when combined, are significantly more important than cost. The Government can make tradeoffs among cost and technical factors in determining which Offeror(s) provide the best value by awarding to other than the lowest cost Offeror(s) or other than the highest technically rated Offeror(s). Offeror(s) are advised that award will be made to that Offeror(s) whose quote provides the best overall value to the Government. In determining which proposal represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs, the Government shall evaluate proposals using the following technical evaluation criteria, which are listed in the order of relative importance with weights assigned for evaluation purposes: Requirements - Maximum Points A. Past Performance - 40 Points Past Performance information is an evaluation factor in the best value decision. Past Performance will be evaluated on performance under existing and prior contracts for work similar in nature and complexity to the National Library of Medicine's past exhibits. Examples of past exhibition projects by the National Library of Medicine can be viewed at: http://www.nlm.nih.gov/hmd/about/exhibition/exhibitions-previous.html The Library will review the narrative, images and summary/contact information provided in the proposals, contact references, and review products available to the public (websites, exhibitions, displays) as necessary to determine that the vendor displays the required general and specific knowledge and abilities as listed above. B. Technical/Creative Approach, Philosophy and Methodology - 20 Points The Technical/Creative Approach, Philosophy and Methodology will be evaluated for clarity of its articulation, and relevance and appropriateness to the performance of task orders of comparable scope, content, and complexity to the Library's previous projects. Other factors include: • Recognition and responsiveness to the diverse roles of a multidisciplinary creative team required to create museum exhibitions. • Recognition and incorporation of contemporary museum goals and objectives, professional practices, and exhibition standards. • Recognition and incorporation of the educational goals and objectives of contemporary museum exhibitions. C. Management Plan - 20 Points The Management Plan will be evaluated on the ability of the firm to adequately provide the appropriate resources and management skills required to complete task orders in accordance with the National Library of Medicine's technical, schedule, and cost constraints. Factors include: • The role and responsibilities of the project manager and his or her relevant skills and experience to manage and execute projects of similar scale and complexity as the Library's previous projects. • Management's commitment of adequate and quality resources to this contract as reflected in the completeness, practicality and feasibility of the proposed management plan and the allocation and delineation of authority. D. Key Personnel - 20 Points Key personnel will be evaluated to ensure that the assembled personnel have the required experience, skills and ability to complete task orders of comparable size, scope, and complexity to the Library's previous projects. The key labor categories and qualifications for each are listed below. The Library anticipates that each of the personnel categories listed will be used but makes no guarantee that such will occur. Vendor should provide information only for those creative service items to which they are responding. Exhibition Design Services Project Manager: A minimum of five years experience as project manager managing all phases of museum exhibition projects. Should be skilled in working with professional, multi-disciplinary, creative groups in a team environment. Experience in scheduling, budgeting, and ensuring section 508 compliancy. Senior Designer: A minimum of five years experience as primary designer on museum exhibitions of similar scale and complexity as the Library's previous projects with an emphasis on developing rich, layered, historical public history narratives into brief graphic statements. Should be skilled developing visual identity for projects, graphic labels, and collateral print pieces (eg: brochures, press kits, posters, etc). Requires demonstrated ability to work with other designers and clients to produce acceptable graphics packages. Requires demonstrated ability to integrate objects, images, and graphics in effective ways to communicate content across different media. Should have experience in working with professional, multi-disciplinary creative groups in a team environment. Requires demonstrated ability to integrate client input and manage design teams from initial concept to final design. Requires expert knowledge of computer programs related to design (e.g.: CAD, MiniCAD, InDesign, Photoshop, and Illustrator, etc.). Expert knowledge of image manipulation and compression requirements and techniques. Graphic Designer: A minimum of one year experience working as a graphic designer on museum exhibition projects developing visual identity for projects, graphic labels, and collateral print pieces (eg: brochures, press kits, posters, etc). Requires demonstrated ability to integrate objects, images, and graphics in effective ways to communicate content across different media. Expert knowledge of image manipulation and compression requirements and techniques and digital requirements for printing files. A writer/editor and research are not key personnel but other professionals who may join the Offeror's team at a later date. Web Design and Development Project Manager: A minimum of five years experience as project manager managing all phases of web projects for a museum or similar educational, content intense projects.. Should be skilled in working with professional, multi-disciplinary, creative groups in a team environment. Experience in scheduling, budgeting, and ensuring section 508 compliancy. Creative Director: Five years experience managing the creative approach and solutions to website development based on content and audience needs. Should have thorough understanding of communicating exhibition experiences for online audiences using the medium to enhance and present access to the content in meaningful ways. Requires experience developing sites that meet Section 508 of the Rehabilitation Act for users with disabilities. Should be skilled in working with professional, multi-disciplinary creative groups in a team environment. Web Developer: Three years demonstrated experience in web based application programming technologies in a web environment on museum or similar educational, content intense projects including but not limited to Java, JavaScript, HTML, HTML5, XML, user interface design and database management systems. Proficiency in UNIX (Solaris) and Windows NT platforms. Requires experience developing sites that meet Section 508 of the Rehabilitation Act for users with disabilities. Graphic Designer: Three years experience working as a graphic designer in a web environment on museum or similar educational, content intense projects. Experience with creating accessible web sites, senior friendly web sites or sites that comply with Section 508 of the Rehabilitation Act for users with disabilities. Total Possible Points: 100 points It is anticipated that up to FIVE IDIQ AWARDS will be made from this solicitation. Individual orders will be firm fixed-price. This requirement is for a base year with options for four (4) successive one-year periods. The period of performance is on or about February 15, 2013. The offeror shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its proposal. ** The Statement of Work (SOW) of this requirement is attached to this solicitation. ** All proposals received by January 18, 2013, 4:30 P.M. (Eastern Standard Time) will be considered by NLM. Responses must be in writing, and must include pricing information and meet the criteria requirement. All responses from responsible sources will be considered. Inquires regarding this procurement may be made to the National Library of Medicine, Office of Acquisitions, 6707 Democracy Boulevard, Suite 105, Bethesda, Maryland 20894-5488 (20817 for courier services), Attention: Uyen H. Phuong, Contracting Officer, on (301) 496-6127. Please submit ONE (1) signed original and FOUR (4) copies of the proposals on or before 4:30 PM EST, January 18, 2013 to: Uyen H. Phuong Contracting Officer National Library of Medicine, NIH Office of Acquisitions 6707 Democracy Blvd., Suite 105 MSC 5488 Bethesda, MD 20892-5488 (20817 for courier services) The contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. The FAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212 1, Instructions to Offerors Commercial Items (June 2008). FAR 52.212-2, Evaluation - Commercial Items (January 1999). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212 3, Offeror Representations and Certifications Commercial Items (May 2011)-With DUNS Number Addendum [52.204-6 (April 2008)]. The following FAR clauses apply to this acquisition: FAR 52.212 4, Contract Terms and Conditions Commercial Items (June 2010) with Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52 212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (August 2011); and NLM(RC)-RIGHTS IN DATA - SPECIAL WORKS (11-30-88).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013631-UHP/listing.html)
- Record
- SN02954823-W 20121223/121221235037-a06d8c0ea95485230b044b047abaa2e5 (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 |