MODIFICATION
99 -- Create BPA for the Design of Printed Material Products
- Notice Date
- 4/30/2003
- Notice Type
- Modification
- Contracting Office
- Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE LA-325, Washington, DC, 20540-9411
- ZIP Code
- 20540-9411
- Solicitation Number
- RFQ03-02457
- Response Due
- 5/13/2003
- Archive Date
- 5/28/2003
- Point of Contact
- Joann Walker, Contract Specialist, Phone 202-707-0467, Fax 202-707-8611,
- E-Mail Address
-
jwalker@loc.gov
- Description
- The Library of Congress, Congressional Research Service(CRS) has a requirement to create a blanket purchase order for the design of several CRS products on a continuing basis. These products range in length and number. As the public policy arm of Congress, CRS works exclusively and directly for all Members and committees of the Congress. For this reason it is important that all products published by CRS be uniform and distinct in design whether a CRS short or long report cover, an issue brief, seminar or recruiting materials, invitations, bags, or materials for the several institutes and briefings held for Members of Congress during the year. The objective is create or update materials using the existing CRS logo design and previously developed design themes and standards, so that they have a consistent look with existing materials and are engaging to congressional, CRS and public audiences. RFQ03-02457 Statement of Work for Graphic Design Contract I. INTRODUCTION Background During the past four years the Congressional Research Service (CRS) has unveiled a new logo and has been working on the redesign of all materials that use the logo. It has been a multi-stage process: working with design students and learning about fonts, design elements and themes; testing designs with our clients; working with a professional designer to refine a logo, and redesigning our products. This program, called CRS Visual Identity, is being administered by the Associate Director for Congressional Affairs and Counselor to the Director of the Congressional Research Service of the Library of Congress. Our purpose has been to achieve a unified design look that is engaging, and elegant. Prior to these design changes, the design of our numerous materials was so varied that our clients were unable to quickly and easily identify our products or services. Congressional staff have a high turn over rate compared to other industries, so it is important to quickly build a visual awareness or branding. In addition, our clients receive vast amounts of information daily and our products need designs that are both engaging and easily recognizable as a CRS product. Scope The Congressional Research Service desires to create a Blanket Purchase Agreement for the design of several CRS products on a continuing basis. These products range in length and number. As the public policy arm of Congress, CRS works exclusively and directly for all Members and committees of the Congress. For this reason it is important that all products published by CRS be uniform and distinct in design whether a CRS short or long report cover, an issue brief, seminar or recruiting materials, an invitation, bags, or materials for the several institutes and briefings held for Members of Congress during the year. The objective of this requirement is to create or update materials using the existing CRS logo design and previously developed design themes and standards, so that they have a consistent look with existing materials and are engaging to congressional, CRS and public audiences. Requirements The contractor must be in the local area and able to attend meetings short notice and at no additional cost. Contractor shall provide all labor, materials, equipment and facilities needed to produce the deliverables outlined in this contract. All final art work in digital form shall be prepared on a Macintosh computer with a writable CD-Rom drive, using the listed version or higher of the following programs: Adobe Illustrator 9.0, In Design 2.0, Photoshop 6.0, Acrobat 5.0 and Quark Express 4.1. The contractor shall have Adobe Caslon and Univers fonts and will not be reimbursed to purchase these fonts. Other supplies or expenses such as internal or external color proofs and comps, CDs or zip disks, local transportation, messenger service, overnight mail and copies are to be included as part of the cost. Unless separately negotiated, the process for each deliverable is as follows. The contractor will meet in person with representatives of CRS at the start of each project to discuss design options. Contractor representatives must include a principal of the firm and the proposed designer (this may be same person). Contractor shall be given a minimum of four day?s notice of initial meeting and three days? notice for an additional meeting, at the option of the Library. Contractor will provide a detailed design and production schedule for each project. There will be at least 4 rounds of CRS review with CRS comments and changes incorporated into each round. Included in the rounds of review are the initial creative concepts and layout reviews as follows: submission of 2 initial creative concepts with folding paper comps as appropriate, accompanied by PMS chips and recommended paper samples; revision of creative concepts; 2 - 3 rounds of layout review and revisions. All text for designs will either be given to the contractor in WordPerfect format or in the text of an email. Photography, when used, will be a combination of CRS supplied photos, stock photos, and new photography from contractor managed photo shoots. The contractor will prepare a final release printing package for the Library of Congress Print Management Office and Government Printing Office. It will include 2 copies of each of the following: GPO form 952 including printing specifications and file list; hard copy markups and folding comps including color breaks; paper samples; and files on a CD. The contractor will do press checks on each item unless waived by CRS. The contractor must be available to attend press checks on 24 to 48 hours notice. II. DELIVERABLES The contract will consist of the following projects: 1. CRS Brochure. This brochure will serve multiple purposes. It will be 2 color, no larger than 8 x 8 inches (folded) and 4 pages long. There might be up to 4 pieces of stock photography as part of the design, and these should be included in the estimate. 2. Recruitment Brochure. This multi-purpose brochure will advertise intern, diversity, and other special hiring programs. It will be 2 color, no larger than 8 x 8 inches (folded) and 4 pages long. There might be up to 4 pieces of stock photography as part of the design, and the stock fees should be included in the estimate. 3. Director?s Report Cover. The cover is 8 ? x 11 inches (one sided, one color) which could be on colored paper. The design should be complementary to the CRS Report Covers. 4. Division Brochure. This brochure will have 4 panels on each side (8 total). The size will be 8 ? x 3 ? inches folded and 8 ? x 14 inches flat. The design will consist of a cover panel with 3 panels of differing text formats. The design is to be provided as a hard (paper) copy which will be converted by CRS to a WordPerfect format for ongoing internal revision. It will be printed at CRS on white paper on a color printer. 5. Graduate Institute Brochure. This brochure is 2 color, no larger than 7 ? x 10 3/4 inches (folded) and 4 pages long. It will probably have 2 CRS supplied photos and 2 stock photos, which should be included in the estimate. The brochure needs to coordinate with other materials in the same program family. 6. Flier on List Servs . This flier is a single sheet, two-sided, 8 ? x 11 inch sheet designed in 2 colors. It may include screen shots from our Web site. It is in the same design family as other one page fliers. 7. Seminar Invitation. This flier is to be designed in two sizes - 8 ? x 11 inches and 8 ? x 14 inches. The 2 designs would be similar with the larger version accommodating more information. The designs will be two-sided and 2 color. 8. Annual Report 2002. This is a 96-100 page book, 8 ? x 11 inches, with an oversized cover. The text is in 2 colors. The contractor will manage a 2-day photo shoot of CRS employees in work situations with a professional photographer, yielding 15 shots for use in the Report. Please include the cost of the photo shoot art direction, photographer, photo processing and all expenses, and a buy-out of all the photos taken. Samples of the work of the recommended photographer (showing their work with real people in work situations) should be included with the other requested contractor samples. In addition to the new photos, there may be some CRS provided photos, screen shots from the web site, and graphs in the text. This will be an update to an existing design. An Adobe pdf version of the annual report will also be part of the deliverable. 9. New Item #1. Flier, one page, two-sided, 8 ? x 11 inches in 2 colors. 10. New Item #2. Flier, one page, two-sided, 8 ? x 11 inches in 3 colors. 11. New Item #3. Brochure, 4 pages, 8 ? x 11 inches (folded) in 2 colors. 12. Update Item #1. Text update to existing design. Equivalent of ? page of new text in an 8 page brochure. 13. Update Item #2. Text update to existing design. Equivalent of 1/4 page of new text in a 2 page flier. 14. Update Item #3. Text update to existing design. Equivalent of 1/4 page of new text in a 2 page flier. The Congressional Research Service, Library of Congress reserves the right not to create or update any of the deliverables listed in this contract. The Congressional Research Service reserves the right to create or update other items not listed in this contract. CRS will have the option to substitute like or similar items. III. KEY REQUIREMENTS A principal of the company must be present at all meetings. If contact is mostly through the designer, then the proposed designer must also be present. This may be the same person if the proposed designer is also a principal of the company. If one or more of the key personnel becomes, or is expected to become, unavailable for work under this contract such that it would substantially affect the final delivery date of any one item, the contractor shall immediately notify the Contracting Officer and, subject to the approval of the Contracting Officer and her representative, promptly replace such personnel with personnel of at least substantially equal qualifications. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitutions. They must contain a complete resume for the proposed substitute and any other information requested by the Contracting Officer or needed by her to approve or disapprove the proposed substitution. The Contracting Officer or her authorized representative will evaluate such requests and promptly notify the contractor of her approval or disapproval thereof in writing. If the Contracting Officer determines the suitability and timely replacement of key personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the services ordered, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate, or, at the discretion of the Contracting Officer if she finds the contractor at fault for the condition, the contract price may be equitably adjusted downward to compensate the Government for any resultant delay, loss or damage. IV. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS Technical Response A technical response is necessary to evaluate the offeror's capability to meet the stated requirements and provide the deliverables specified in the Statement of Work. The following information in the form of a technical response shall be provided as well as a pricing schedule. The technical and cost portion of the response shall be separate. NO COST SHALL BE INCLUDED IN THE TECHNICAL PORTION. Qualifications/Experience of Key Personnel The offeror shall identify and provide a resume for the principal of the firm to be centrally involved with the contract from its inception through completion. Offeror shall identify proposed designer(s) and shall provide a detailed resume which indicates experience relevant to work on this project. For each proposed team member, offeror must state the level of skill, proposed role on project, employment status, and time commitment to this project. Each proposed team member must have at least 5 years professional design experience. Previously Demonstrated Experience and Successful Past Performance Offeror shall provide information to address the following: I. Design Consistency. The offeror shall provide project descriptions for similar efforts during the past three years which demonstrate its work where a logo design and some pieces have already been designed and the offeror designs follow on or additional pieces. The descriptions must include names, titles, and phone numbers of project reference contacts, as well as approximate project dollar amount, level of staffing and duration. The description should state why the project is considered relevant to these requirements. II. Congressional Audience. The offeror shall provide a list of projects and short descriptions for each project during the past three years which demonstrate its designs targeted at a congressional audience, either Members of Congress or congressional staff. The descriptions must include names, titles, and phone numbers of project reference contacts. III. Government Printing. The offeror shall provide a list of projects and short descriptions for each project during the past three years which demonstrate its ability to coordinate the printing process with the Library of Congress Print Management Office and/or the Government Printing Office. The descriptions must include names, titles, and phone numbers of contacts at the Library of Congress Print Management and/or the Government Printing Office, and identify whether the offeror attended the press inspection. Samples Offeror shall provide samples to demonstrate the following: I. Design Consistency. At least two samples of design work where the original logo and some of the basic items were designed by a different firm, and the offeror created supplemental items in a similar or complementary design style (please provide samples of both the ?before and after? designs). II. Congressional Audience. At least three samples of design work targeted to a congressional audience. III. Government Printing. At least three samples of work printed with the Library of Congress Print Management Group and/or GPO. A contractor representative must have been present at the press inspections. IV. Project Variety. At least one sample each of a brochure, flier, annual report, invitation, and stationery package. Samples targeted at congressional audiences are preferred but not required. V. Photography. Samples or a portfolio of the photographer proposed for the Annual Report, showing their photos of real people in work situations. Questions/Problems The offeror is to include any questions and/or problems which must be addressed prior to contract award and beginning of performance. If the offeror takes exception to a particular task or condition, it must be clearly identified in this section. Financial Responsibility Describe the size of the company and submit information that shall support a determination of financial responsibility. This may be in the form of an annual report, letters of credit from a bank or other financial institution, or profit and loss statement certified by a public accountant. Equivalent information shall be provided for any subcontractors proposed. All information submitted shall be marked confidential, if applicable. Cost Section The offeror is required to submit unit prices. Offeror shall provide a cost per deliverable, including information on the total hours to be spent by all contractor personnel on each deliverable. V. EVALUATION FACTORS FOR AWARD Evaluation Criteria Contractor selection will be based on evaluation of quotations in accordance with the responses received to the criteria outlined in Instructions, Conditions, and Notices to Offerors. Award will be made to that offeror whose combination of technical and price quotations represents the best value to the Government and is most advantageous, price and other factors considered, and which is within the available Library of Congress resources. The Congressional Research Service, Library of Congress reserves the right to reject any or all quotations received and/or request clarification or modification of quotations. The Library reserves the right to determine a competitive range for negotiation based upon the technical and cost acceptability of quotations. In addition, the Library reserves the right to award a contract without discussion. Cost evaluation will include an analysis of the total cost and cost elements (if applicable) to perform the required work. The total costs supplied by the offeror shall be submitted on a copy of deliverables in the spaces provided and shall constitute the total firm-fixed unit price for that service or deliverable. All items in Section B will be considered for cost evaluation purposes. Quotations that are unrealistic in terms of technical commitment or unreasonably low or high in cost or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risk involved in the contract requirements and may be grounds for rejection of the quotation. Evaluation Factors Award will be made to that offeror whose combination of technical and price quotations represent the best value to the Government and is most advantageous, price and other factors considered. Technical Factors Qualifications/Experience of Key Personnel Previously Demonstrated Experience and Successful Past Performance Samples Cost Reasonableness of cost VI. PERIOD OF PERFORMANCE The contract shall become effective upon award by the Library of Congress. The Period of Performance shall be one year from date oof award. For information contact: jwalker@loc.gov Note: Responses are due May 13, 2003.
- Place of Performance
- Address: Library of Congress, 101 Independence Ave. SE,, Washington, D.C. 20540
- Zip Code: 20540
- Country: USA
- Zip Code: 20540
- Record
- SN00315381-W 20030502/030430213937 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |