DOCUMENT
T -- Graphic Design Services - Attachment
- Notice Date
- 6/22/2015
- Notice Type
- Attachment
- NAICS
- 541430
— Graphic Design Services
- Contracting Office
- Department of Veterans Affairs;Program Contract Organization East(PCOE);1100 1st Street, 7th Floor, Suite 732;Washington DC 20002
- ZIP Code
- 20002
- Solicitation Number
- VA26815N0096
- Response Due
- 6/26/2015
- Archive Date
- 7/26/2015
- Point of Contact
- Travis Finkle
- E-Mail Address
-
travis.finkle@va.gov
(Travis.Finkle@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement DRAFT (PWS) (Department of Veterans Affairs National Center for Health Promotion and Disease Prevention (NCP), 3022 Croasdaile Drive, Suite 200, Durham, NC 27705, UNITED STATES) A.Background The contractor will provide graphic design services for the NCP. The contractor will utilize commercial off the shelf (COTS) software. Contractor will not have to perform upgrades or maintenance activities on any VA software. COTS products to be utilized are described later in this PWS. B.Overview The NCP is responsible for monitoring, encouraging, and promoting prevention services for veterans through clinical, educational, promotional and research activities by utilizing resources throughout the Veterans Health Administration (VHA). Through the collection and dissemination of the latest scientific knowledge and information regarding health promotion and prevention, the NCP has an impact on the health and well-being of veterans throughout the Department of Veterans Affairs (VA). Efforts are aimed at improving the quality of life, preventing the onset of disease and/or identifying disease at early stages so as to limit its progression. This statement of work is for graphic design services. The selected company/corporation must be able to provide all services listed in this statement of work. C.Purpose The contractor will provide graphic design services for the VA National Center for NCP. Graphics products support the various programs and initiatives in the NCP including, but not limited to, the MOVE! Weight Management Program, Veterans Health Education and Information Program, Clinical Preventive Services Program, Health Behavior Program, Veterans Health Library, Healthy Living Assessment, Health Promotion and Disease Prevention Program. D.Task and Associated Deliverables a.The contractor shall create the design, layout, and visual elements of the NCP Annual Highlights Report and infographics, b.Contractor shall create visual aids as well as various resources and communications for NCP's Weight Management Program (MOVE!), Veterans Health Education and Information (VHEI) Program, Health Promotion and Disease Prevention (HPDP) Program, Health Behavior Program, and Clinical Preventive Services (CPS) Program. c.Contractor shall develop materials to include, but are not limited to, the design, layout, and visual elements of handouts, banners, booklets, clinician tools, and clinical decision aids. Clinical and textual content for products will be provided by NCP staff. d.Contractor shall provide monthly progress reports on project templates due for review and approval E.Specialized Experience Companies/corporations providing the requested services should have experience within public health and/or health care organizations including specifically medical and/or public health communications including print, video, and web modalities. This includes a solid track record of communication products based on public health and population health principles for professional and consumer audiences including physicians, nurses, nurse practitioners, physician assistants, dietitians, patients and their caregivers, and others. There are no educational requirements for this position but contractor should be able to demonstrate a solid work history in the are subject of graphic design. The Contractor shall provide the NCP the following graphic design services not-to-exceed.375 FTEE/780 hours as ordered and approved by the COR: a.The designer works closely with NCP's communications staff and in-house Subject Matter Experts to develop products, and creates 508-compliant versions of these products as needed. b.The designer also reviews and edits internally-developed NCP products for optimal layout, design, and consistency. F. Project Management: The contractor shall consolidate the individual Section work plans into a single project plan. Maintenance shall be detailed, product based, resource loaded, and fully integrated program management plans (PMP), which includes among other things identified below work stream project management plans a.The contractor shall be responsible to maintain and, upon direction by the government, revise all the PMPs and provide version controlled revisions. G.Risk Management Plan/Risk Register- The PMP will also incorporate a Risk Management Plan/Risk Register together with a Quality Control Plan (QCP) incorporating QCP elements which are quantifiable and measureable. The PMP shall also include a Quality Assurance Surveillance Plan (QASP), identifying performance metrics to be used for QCP elements. a.Upon acceptance of the PMP by the COR, the following will be considered "base lined": i.Project Schedule, ii.Integrated Project Plan iii.Risk Management Plan, and iv.Start/Finish Dates, Allocated Resources (Personnel). b.The contractor shall notify the COR in writing within 7 days of the identification of any change or impact to the PMP which would affect the base lined elements. The contractor shall identify the estimated impact and possible solutions H.Place of Performance Work may be performed remotely, or onsite at the VHA National Center for Health Promotion and Disease Prevention (NCP), located in Durham, NC, at 3022 Croasdaile Road, Suite 200, or a combination thereof. Work leading to the final product deliverables will be performed between Monday and Friday, 8:00AM to 4:30PM, if onsite. I.Period of Performance Period of Performance consists of one base year period of 12 months with 4 renewable option years of 12 months as well. It is at the government's discretion to exercise options based on the performance of the contract/contractor. J.DELIVERABLE TIMETABLE. DeliverablesDue Dates* Deliverable 1 Graphic Artist Ongoing Deliverable 2 Project Management30 days of contract award and within 5 days of the end of each successive month Deliverable 3 Risk Management Plan30 days of contract award and within 5 days of the end of each successive month Deliverable 4 Program Progress Reports5 business days following the first 30 days (month), then monthly, the last business day continuing through the lifecycle of the line item. K.Travel Travel is not required or supported for this position L.INVOICES AND PAYMENTS. The Contractor shall invoice in monthly installments. No more than fifteen (15) percent of the contract award may be paid in any month. Invoices are to be submitted to the assigned Contracting Officer's Representative, (COR) for approval. M.Contractor shall provide services covered by this contract as defined herein. The following terms have the following meaning: 1. Contracted services shall be provided for an estimated 40 hours per week during normal working hours (Monday through Friday, 8:00 a.m. to 4:30 p.m., excluding holidays) at intervals that are mutually agreeable to the Contractor, the Program Office and the prospective applicants. 2. Federal Holidays: The Federal Holidays observed by the Federal Government are: New Year's DayJanuary 1 Martin Luther King, Jr.'s BirthdayThird Monday in January Presidents Day Third Monday in February Memorial DayLast Monday in May Independence DayJuly 4th Labor DayFirst Monday in September Columbus Day Second Monday in October Veterans DayNovember 11 Thanksgiving DayFourth Thursday in November Christmas DayDecember 25th N.When one (1) of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday by U.S. Government Agencies. Also included would be any day specifically declared by the President of the United States of America as a Federal Holiday. Special Requirements NCP is currently using Microsoft Office 2010 (including MS Publisher), Adobe Creative Suite Six, and Scan Soft PDF Professional 4.0 on a Windows 7 Professional operating system. The vendor must provide deliverables in compatible formats for use with NCP systems. The Graphic Designer must be located within a 25 mile radius of the NCP office to facilitate face-to-face meetings with Program officials, review of design requirements, and review of finished work products. VA retains ownership of all design work and templates as well as all documents, minutes, and final deliverables related to this contract. The contractor may not copyright, license, or sell deliverables developed through this contract. Graphic design staff must have knowledge of, and ability to, utilize media design/development/publishing software such as Photoshop, QuarkXpress, InDesign, etc. It is not anticipated that contractor staff will utilize Government furnished equipment (GFE) therefore a background investigation is not required. Should access to the VA computer system, resources, or sensitive information or data should become necessary, all contractor employees requiring access shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. The level of background investigation required shall be commensurate with the required level of access to sensitive information. The contractor shall bear the expense of obtaining background investigations. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. O.Quality Assurance: Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. a. DIRECT OBSERVATION - will be performed periodically for all tasks. b. VALIDATED USER COMPLAINTS - will rely on the user client to identify deficiencies for all tasks. Complaints will be investigated and validated. c. PERIODIC SAMPLING - will include a variation of random sampling for all tasks. However, sample is only taken when a problem/deficiency is suspected. Sample results are applicable only for the specific work inspected. Since sample is not entirely random, it cannot be applied to total activity performance. d. PROGRESS OR STATUS MEETINGS - applies to all tasks e. ANALYSIS OF CONTRACTOR'S PROGRESS REPORTS - applies to all tasks and will evaluate, cost, schedule, risk etc. P.Changes to the PWS. a.Any changes to this PWS shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Q.Information System Security Should access to government information systems become a requirment and government furnished equipment is not provided, the contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The contractor's firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and VA Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. R.Security Training Should access to government information systems and/or equipment become a requirement all contractor employees and subcontractors under this contract or order will be required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually https://www.tms.va.gov/learning/user/login.jsp. The Privacy Awareness Training requirement may be fulfilled under additional privacy awareness training options, based on the prerogative of the Contracting Officer, pending assigned VA duties of the contractor employees and subcontractors under this contract. Contractors must provide signed certifications of completion to the COR/CO during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). S.Quality Standards for Deliverables - Performance Measures: Standards: a. Review of relevant materials. Deliverables shall be timely, comprehensive, thoughtful, relevant presentation of alternatives, pros and cons, and feasible recommendations. b.Presentations. Presentations shall be clear, concise, executive-focused, and written in such a way as to be understood by lay persons. Quality of deliverable directly correlates with effectiveness of SSVF program. c. Project Plan. Project Plan shall be timely and comprehensive; recognize and address authority, perceptions, and concerns of stakeholders; incorporate scope of requisite contract requirements across Purchased Care and Business Policy. d.Reports. Reports are submitted on time and include those topics described in the PWS, agreed to in the master plan and as requested for special reports; necessary clearances are obtained as needed in a timely manner. e.Publications and other documents. Deliverables are timely submission in formats appropriate to target audiences; consideration of best dissemination mechanisms; user friendly, clear, thorough and comprehensive documentation and publications. f.Meeting support. Timely and thoughtful pre-meeting preparations and logistics; smooth meeting operations; timely and comprehensive post-meeting summaries. g. Coordination. Contractor collaboration is timely, appropriate and demonstrates cooperative support to, Purchased Care, CBO, VHA Executives and staff. f. Analyses and Assessments. Analyses and assessments are performed with accuracy, comprehensiveness and adherence to industry best practices. g. Modifications. Timely, comprehensive, high quality covering all functional, performance, and physical areas as delineated in the PWS; final plan incorporates VA feedback in a timely manner. h. Obtain relevant stakeholder input. Deliverables are innovative, timely implementation of input mechanisms; accurate and comprehensive synthesis of results and recommendations. Integration of relevant stakeholder input documented for deliverable. i. Electronic copies shall be delivered using Microsoft Office suite of tools (for example, MS WORD, MS EXCEL, MS POWERPOINT, MS PROJECT, or MS ACCESS format), unless otherwise specified by the COTR. Electronic submission shall be made via email, unless otherwise agreed to by the COTR. T.CONTRACT ADMINISTRATION DATA. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect price, quantity or quality of performance of this contract. The COR will be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e5b8e640a39bd48db83ccca9baebfde9)
- Document(s)
- Attachment
- File Name: VA268-15-N-0096 VA268-15-N-0096_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2122320&FileName=VA268-15-N-0096-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2122320&FileName=VA268-15-N-0096-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA268-15-N-0096 VA268-15-N-0096_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2122320&FileName=VA268-15-N-0096-000.docx)
- Record
- SN03771955-W 20150624/150622235256-e5b8e640a39bd48db83ccca9baebfde9 (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 |