Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2016 FBO #5495
SOLICITATION NOTICE

R -- Exhibition Design Creative Services for the National Library of Medicine (NLM) - Package #1

Notice Date
12/7/2016
 
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
NIHLM2017910-UHP
 
Archive Date
1/19/2017
 
Point of Contact
Uyen H Phuong, Phone: 301-496-6546
 
E-Mail Address
phuongu@mail.nlm.nih.gov
(phuongu@mail.nlm.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - NLM(RC) Rights in Data Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - Attachment D Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - Attachment C Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - Attachment B Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - Attachment A Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - Cost Template Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - Initial Task Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - SOW Solicitation NIHLM2017910-UHP Exhibition Design Creative Services - GPAT 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 Quotation (RFQ) NIHLM2017910-UHP and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through November 18, 2016 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-92. 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 obtain professional creative services over a period of five (5) years to: 1) Develop the interpretive designs for special displays, traveling banner exhibitions, and associated brochures and posters; 2) Develop production ready files for fabrication; and 3) Produce and deliver final fabric banners for the special displays and files for case labels, and the mounted Expolinc 4 Screen Classic system with laminated LightJet graphics, which comprise the traveling banner exhibitions. EVALUATION FACTORS FOR AWARD 1. GENERAL The evaluation factors for this Request for Qualifications (RFQ) include technical, which encompass Section 508 requirements, the vendor's Past Performance or previous work experience, Process and Methodology, Management Plan, and Key Personnel proposed for this award; and Cost/Price factors. Although technical factors are of paramount consideration in the award of a purchase order, Cost/Price is important to the overall award decision. All evaluation factors other than Cost/Price, when combined, are significantly more important than Cost/Price. Vendors are advised that award will be made to the source whose quote provides the best overall value to the Government. Quotations which merely offer to conduct the work in accordance with the requirements of the Government's scope of work will not be eligible for award. The vendor must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives. The Technical Evaluation Panel will evaluate the vendor's response to Section 508 requirements including the completed BuyAccessible Government Product/Service Accessibility Template (GPAT). The Technical Evaluation Panel will evaluate the technical portion of the vendor's submission in accordance with the weighted technical evaluation criteria stated in EVALUATION CRITERIA FOR VOLUME I - TECHNICAL PROPOSAL below. This evaluation produces a numerical score (points) used in the decision to make an award. 2. EVALUATION OF OPTIONS It is anticipated that any purchase order(s) awarded from this RFQ will contain option provision(s) and period(s). In accordance with FAR Clause 52.217-5, Evaluation of Options (July 1990), the Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will not obligate the Government to exercise the option(s). 3. TECHNICAL EVALUATION CRITERIA The following technical evaluation criteria will be used by the Government when reviewing the technical portion of the quotation. The criteria below (Item 5) are listed in the order of relative importance with weights assigned for evaluation purposes. PLEASE NOTE: PROPOSALS MUST "PASS" THE SECTION 508 AND MANDATORY QUALIFICATION CRITERIA WILL BE ELIGIBLE FOR MERIT CONSIDERATION. Review of responses will be conducted by a Technical Evaluation Panel. The technical proposal should be as complete and specific as possible. The technical merits of each proposal will be carefully evaluated in terms of the requirements and in relation to the criteria listed below: 4. EVALUATION CRITERIA FOR VOLUME II - THE BUSINESS PROPOSAL Price/Cost is evaluated separately. All evaluation factors other than Price/Cost, when combined, are significantly more important than Price/Cost. Price/Cost will be evaluated for completeness and reasonableness. Price/Cost will represent a portion of the total evaluation, it is possible that a Vendor might not be selected for award because of unreasonable, unrealistic, incomplete, inaccurate, or noncurrent Price/Cost proposal information. Each Vendor's Price/Cost information will be evaluated for realism, completeness, and reasonableness to determine the Vendor's understanding of the work and ability to perform the contract. Vendors may provide a narrative description of the Price/Cost proposal as a means of indicating completeness and reasonableness. Realism is evaluated by assessing the compatibility of proposed costs with the technical/management/qualifications of the personnel. Completeness is evaluated by assessing the level of detail the Vendor provides for all requirements. Reasonableness is evaluated by assessing the acceptability of the Vendor's methodology used in developing the cost. The existence of adequate cost competition may support a determination of reasonableness. This includes both original submissions and final proposal revisions (if requested). 5. EVALUATION CRITERIA FOR VOLUME I - TECHNICAL PROPOSAL Criterion Weight A. Section 508 pass/fail B. Mandatory Qualification Criteria pass/fail C. Past Performance 40 points D. Technical/Creative Approach, Process + Methodology 20 points E. Management Plan 20 points F. Key Personnel 20 points TOTAL POSSIBLE POINTS 100 points In Volume I the Technical Proposal, Vendors and proposed Key Personnel must demonstrate the knowledge, skills, and abilities to perform the following critical elements of work. All examples and narrative descriptions for evaluative factors shall address the following general and specific criteria: General Vendors should respond to all knowledge, skills, and ability criteria 1. Knowledge of the field of Museum Studies 2. Knowledge of contemporary audience/user theories in museum environment 3. Ability to convey narrative content accurately, in an engaging manner that informs and entertains visitors with different learning styles. Such narrative content may include complex technical, historical, or scientific concepts. 4. Skills presenting archival and library materials in an exhibition setting 5. Ability to work in creative teams 6. Ability to adhere to a budget and schedule 7. Ability to cooperate with Library staff and other contractors Specific Vendors should respond to all knowledge, skills, and ability criteria 1. Knowledge of contemporary exhibition design approaches 2. Ability to design with a clear and flexible graphic hierarchies 3. Ability to design exhibition graphics with maximum impact with a small footprint. 4. Ability to prepare production ready files 5. Technical sophistication using contemporary design programs such as InDesign, Photoshop, Illustrator, etc in order to design and render exhibition graphics 6. Skills project managing graphic fabrication/production projects 7. Ability to adhere to disciplined creative and production schedules A. SECTION 508 EVALUATION FACTORS pass/fail Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508 compliance. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (eg: a completed GPAT) will be eligible for any additional merit consideration. The accessibility of these additional features and functions should be described in the applicable sections of the completed GPAT, VPAT or equivalent supporting information. If the deliverable proposed in response to this solicitation includes features and functions in addition to those identified as requirements, these features and functions also need to conform to relevant Section 508 technical provisions, functional performance criteria, and information, documentation and support. Section 508 requirements are applicable to all electronic exchanges between the vendor and the government. Media and audiovisual production is not part of this solicitation. B. MANDATORY QUALIFICATION CRITERIA pass/fail Listed below are mandatory qualification criteria. The qualification criteria establish conditions that must be met in order for the vendor's proposal to be considered for award. The Vendor shall include all information which documents and/or supports this qualification criteria in one clearly marked section of its quotation. 1. Vendors must demonstrate five years of experience developing interpretive exhibitions for museums, libraries, or other cultural institutions. Experience must demonstrate the ability to respond to the National Library of Medicine's requirements for exhibitions of the size, complexity, and nature of the Library's previous projects. Five years of experience is defined as 80% of the Vendor's clients and annual revenue for the last five years are derived from developing projects for the public for museums, libraries or other cultural institutions. 2. Vendors must indicate experience working for a museum or other cultural institution on a minimum of two projects working with professional, multi-disciplinary creative groups in a team environment to produce an integrated museum visitor experience. Professional, multi-disciplinary creative groups would include: the client, curators, researchers, writers, educators, registrars, conservators, AV/IT specialists, etc. C. Past Performance 40 Points Past Performance is a project focused, narrative summary of previous work under existing and prior contracts. Past Performance examples should reflect work similar in nature and complexity to the National Library of Medicine's past special displays and traveling banner exhibitions and demonstrate diverse interpretive strategies in response to different content requirements. Past Performance examples should include a narrative description of the project(s), links to visuals of those exhibitions or pictures included in the proposal, and summary/contact information for references. Examples of past special display and traveling banner exhibition projects by the National Library of Medicine can be viewed here. The Technical Evaluation Panel will review the narrative, visuals or links to past performance projects, and summary/contact information provided in the proposals; and contact references, as necessary, to determine that the vendor possesses the required general and specific knowledge and abilities as listed above. Vendors should submit at least 3 past projects but no more than 5 in Past Performance. D. Technical/Creative Approach, Process + Methodology 20 Points The Technical/Creative Approach, Philosophy, Process and Methodology will be evaluated for clarity, relevance, and appropriateness to the performance of task orders of comparable scope, content, and complexity to the Library's previous projects and in response to the Process described in the Statement of Work. In addition, Technical/Creative Approach, Philosophy, Process and Methodology narrative should demonstrate: 1. Creative and project management approach that affirms a disciplined approach to meeting deliverables and incorporates client feedback in a meaningful and efficient manner 2. Respect for the diverse roles of a multidisciplinary creative team E. 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. If the Management Plan includes past projects, those projects should be highlighted in Past Performance. Management Plan factors include: 1. 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. 2. Evidence that the project manager has three years of successful prior experience in management and execution of similar projects within the last five years, reflecting effective planning, staffing, and a high level of performance in projects of comparable scope, content, and complexity to the Library's previous projects. 3. The ability to produce schedules and reports, to monitor projects and track progress, to adhere to schedules. 4. Successful management of production, fabrication, and quality assurance processes; and the work of subcontractors. 5. Management's commitment of adequate and quality resources to this purchase order as reflected in the completeness, practicality and feasibility of the proposed management plan and the allocation and delineation of authority. F. Key Personnel 20 Points Key Personnel will be evaluated to ensure proposed personnel have the required experience, skills, and ability to complete task orders of comparable size, scope, and complexity to the Library's previous projects. If the work products of Key Personnel are not included in Past Performance, sufficient detail of past work to facilitate evaluation of capabilities must be included in this section. The key labor categories for Key Personnel and relevant qualifications for each category 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. Required Key Personnel Project Manager: A minimum of five years of experience as project manager managing all phases of exhibition projects for a museum or similar cultural or educational, content intense projects. Must be skilled in working with professional, multi-disciplinary, creative groups in a team environment. Experience in scheduling, budgeting, and ensuring quality assurance. Graphic Designer: Five years of experience designing the creative and interpretive approach and solutions to exhibition design and production that is responsive to the intent of the content and audience needs. Must have thorough understanding of communicating with audiences, using the exhibition format to interpret content in meaningful ways. Requires experience developing a variety of exhibitions-both in content and size. Must be knowledgeable about accessibility best practices, use of digital files in graphic output, and a variety of graphic output technologies. Must be skilled in working with professional, multi-disciplinary creative groups in a team environment. It is anticipated that UP TO THREE 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 6, 2017. 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 Wednesday, January 4, 2017 at 4:30 P.M., EST (Eastern Standard Time) will be considered by the National Library of Medicine (NLM). Responses must be in writing, and must include pricing information and meet the criteria requirements. All responses from responsible sources will be considered. Inquiries regarding this procurement may be made to the National Library of Medicine, Office of Acquisitions, 6707 Democracy Boulevard, Suite 105, Bethesda, Maryland 20892-5488, Attention: Uyen Phuong, Contracting Officer via email at phuongu@mail.nlm.nih.gov no later than December 21, 2016 at 12:00 P.M. EST. Responses to this posting must be submitted via NLM's Electronic Contract Proposal Submission (eCPS) system at https://ecps.nih.gov/nlm, no later than 4:30 p.m., (Eastern-Daylight Savings Time), Wednesday, January 4, 2017. NOTE: For directions on using eCPS, go to https://ecps.nih.gov/nlm and click on "How to Submit." To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted. 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://farsite.hill.af.mil. 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 (Oct 2016). FAR 52.212-2, Evaluation - Commercial Items (Oct 2014). 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 (Oct 2016)-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 (May 2015) with Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Warranty-Commercial Supply Items (July 1997)]; FAR 52 212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2016); and NLM (RC)-RIGHTS IN DATA - SPECIAL WORKS (11-30-88).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2017910-UHP/listing.html)
 
Record
SN04345798-W 20161209/161207234327-263e08c511a41e824d17459973100189 (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.