SOLICITATION NOTICE
T -- Indentity Guidelines for National Park Service Partners
- Notice Date
- 8/10/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- HFC - Acquisition Management National Park Service Harpers Ferry Center 230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
- ZIP Code
- 25425
- Solicitation Number
- Q1105070029
- Response Due
- 8/31/2007
- Archive Date
- 8/9/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Subpart 12.6. This announcement along with Request for Quotation (RFQ) Number Q1105070029 constitutes the entire solicitation. Proposals and price quotations with a detailed price breakdown are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This acquisition is a total small business set-aside. Responses are due on or before August 31, 2007. The North American Industry Classification System (NAICS) code is 541430 and the related small business size standard is $6.5 million in average annual receipts. The National Park Service has a requirement for the development of graphic design standards that define how the visual identities of the National Park Service partners are presented in concert with the visual identity of the NPS. Due to space limitations, the complete Commercial Item Specifications are contained in RFQ Number Q1105070029. Interested Contractors should download this document. All work must be completed on or before June 30, 2008. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.214-34, Submission of Offers in the English Language; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52,232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria: 1. Samples of Work. 2. Qualifications of personnel. 3. Price. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Offerors will submit the following: 1. Provide three samples of work, each showing evidence of the ability to create or substantially revise the graphic identity standards of an organization. One sample must be from a non-profit or from a federal or state agency not unlike the National Park Service. All samples must be of work performed during the last 10 years, and must have been accomplished by the key personnel proposed under this contract. Samples must demonstrate the Offeror's ability to understand an organization and to express its identity in a compelling, attractive, and memorable manner. Samples of design standards must be clear, complete, and easy to comprehend and apply. Each project will include the following information: A. Description of the client and the assignment B. Design standards manuals or guidelines created to express the organization identity C. Photos or actual samples of various items that display the identity D. A description of the role of all key personnel E. Date of completion and approximate fee received 2. Provide a resume for Key Personnel who will be working under this contract and clearly indicate how and to what extent each will participate. Each resume will include: A. Name of person and title B. Past employment or work experience, including the names of former employers or clients. C. Design education or other training D. Professional memberships and awards E. A list of past assignments, especially those relating directly to the organizational identity standards Exclude information that is not relevant to an individual's purpose under this contract. 3. Total firm-fixed-price. Provide a listing of the names, hourly wages, and fringe benefits of the personnel you will use on this project and any other relating direct or indirect cost. 4. Completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Proposal submission requirements follow: All proposals shall be submitted in an original and one copy for receipt no later than 4:00 p.m., ET, August 31, 2007, and be clearly marked with Request for Quotation Number Q1105070029. Offerors are hereby notified that if your proposal is not received by the date and time and at the location specified in this announcement that it will be considered late. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: David Bagozzi, Contractor, Contract Specialist; Request for Quotation Number Q1105070029; P.O. Box 50; 230 Zachary Taylor Street, Harpers Ferry, West Virginia 25425-0050. Proposals by telephone transmitted facsimile (fax) will not be accepted. The Point of Contact for this requirement is David Bagozzi, Contractor, Contract Specialist, at (304) 535-6151, email david_bagozzi@contractor.nps.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2629671)
- Place of Performance
- Address: Harpers Ferry, WV
- Zip Code: 254250050
- Country: USA
- Zip Code: 254250050
- Record
- SN01369327-W 20070812/070810222414 (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 |