SOLICITATION NOTICE
70 -- WEB DESIGN
- Notice Date
- 5/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-R-11-00069DS
- Archive Date
- 6/15/2011
- Point of Contact
- Diane Sturgis, Phone: 202-382-7849, Rachel E Johnson, Phone: 202-205-0388
- E-Mail Address
-
dsturgis@bbg.gov, rjohnson@bbg.gov
(dsturgis@bbg.gov, rjohnson@bbg.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Broadcasting Board of Governors, (BBG), International Broadcasting Bureau (IBB), pursuant to Federal Acquisition Regulation (FAR) Subpart 12.67 intends to issue a Combined Synopsis/Solicitation for commercial items in accordance with format of Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) Code is 541512. This Solicitation Number BBG50-R-11-00069DS is issued as a request for proposal (RFP) that will result in a single award of an Firm Fixed Price contract using FAR Part 15 (Contract by Negotiation) procedures to provide for Web Design The government reserves the right to make an award on the initial proposal without discussions of this procurement. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price contract; STATEMENT OF WORK - For International Online News Design Consultant/Web Designer OVERVIEW The Broadcasting Board of Governors (BBG), located in Washington, DC, is seeking a website design company to facilitate the re-design of VOANews.com. Experience in user-centric template design, interactivity and state of the art functionality is a must. Vendor will work with the Office of New Media (ONM) Design/Architecture team, as well as other teams in the office as needed. VOANews.com is the main website of Voice of America (VOA), a multi-media broadcast organization that provides news and information in 44 languages. SCOPE OF WORK The core responsibilities of the vendor are broken down into four phases: A. REQUIREMENTS GATHERING/STRATEGY Contractor will work as a liaison and facilitator in the redesign process, working with both ONM and VOA representatives. The main deliverable of this phase will be a REQUIREMENTS DOCUMENT which will list all the technical, functional and design considerations, as well as site goals, in order of importance. This will include a plan and schedule for addressing these issues. VOA will sign off on this Requirements Document. Contractor will formulate design requirements considering:. •· VOA needs and expectations drawn from interviews with key stakeholders; •· Recent Usability Expert Review and Usability Testing (International tests in Spanish, Persian, and Kurdish); •· SEO and Web Analytics Analysis and needs including SEO Keyword research per key services •· Analysis of current content consumption and audience behavior •· The relationship between content and design; •· Enhancing the user experience; •· Prioritizing design issues; •· Refining Information Architecture; •· Clarifying VOA editor needs and expectations. Based on Contractor performance and deliverables in the first Phase, ONM will exercise its option to have the contractor go on to the next phase. NOTE: Contractor will be paid after satisfactory completion of each phase. B. DESIGN Based on the Requirements Document the Consultant/Design firm will: 1) Develop three possible directions as non-functioning wireframes. The designer will present these options, which should include enough detail to show navigation and linking structure, labeling and functional design. Designs must ensure search engine friendliness. Beta testing and audience feedback, along with ONM VOA review will lead to selection of a single direction. 2) This single direction will be developed as wireframes in English, Chinese (double-byte font), and Kurdish (R2L- Persian may be substituted for Kurdish). Main Pages will include: i) Index Pages ii) Level Two Landing Pages iii) Level Three Landing Pages iv) Article Pages v) Special Pages -Including: index page lead story options, program pages, schedules, polls, special reports, slideshows, internal blogs, video and audio, search, podcast, and newsletter. These wireframes will be presented and approved by the ONM/VOA redesign team. 3 ) When wireframes are approved, contractor will proceed with full design elements, creating three options for a visually compelling final skin. ONM/VOA will select preferred option. Based on Contractor performance and deliverables in the Design Phase, ONM will exercise its option to have the contractor go on to the next phase. CODING The Designer will deliver fully tested, functional, compliant and valid CSS and HTML. Designer must test using multiple browsers and platforms as defined by ONM to meet the needs of our global markets. Design will include all needed code: including Ajax, JavaScript, and jQuery. Both HTML and CSS must be completely documented and commented. Code must take into account suggestions from our in-house SEO and Analytics experts. Final HTML master page count will be decided after wireframes are approved. All HTML master pages must have a L2R, and a R2L version. The last redesign required a total of 196 master and derivative html pages. Some portion of the derivative pages will have to be built by the ONM team. This is why dose collaboration between ONM and the designer is absolutely essential. •C. SUPPORT The designer will be available to the implementation team for consultation on minor fixes. As the design is implemented across multiple languages, minor issues typically surface. The designer must be available the entire term of deployment. KNOWLEDGE REQUIRED •· Demonstrated expertise in international news/information website design; •· Experience designing multi-media, interactive websites; •· Experience creating multi-lingual websites; •· Excellent communication skills and able to present a number of possible scenarios for evaluation; •· Contractor must be an expert in user experience design; •· Ability to synthesize a holistic custom design strategy incorporating: *current Internet news trends * SEO best practices •· research (which will be provided) •· VOA institutional needs •· Ability to complete work in a timely manner •· Contractor must provide a design portfolio of related projects, and coding samples. •· Social media/interactivity •· User-centric design best practices III. BACKGROUND INFORMATION The VOA website is a 24/7 news and information website that is produced in 44+ languages; including English, and Learning English (for speakers of other languages wanting to learn English). The following are project considerations for the redesign of the VOA news website: •· All languages must use a single set of shared templates. •· The quantity of material from language service to language service varies. There are services that produce dozens of news stories a day, and some that produce just a hand full of stories a week. •· Linguistically some of our languages are very concise and brief like Chinese, while other languages are very long and loquacious such as Azerbaijani. We also use both single and double byte fonts. •· Content includes text news stories, streaming audio and video, slideshows and photo galleries, audio and video features, internal and external blogs, plus various distribution channels and social media outlets. •· The project will require close collaboration between the designer and the in-house ONM Design/Information Architecture, Customer Service, and Technical Integration teams. Design is being outsourced to facilitate a rapid redesign process. A quick delivery is a critical component of this contract. V. DELIVERABLES Deliverable products shall meet the standards, terms and conditions set forth in the Statement of Work and the signed Requirements Document. The Government will have the right to require correction of any deficiencies found in the Deliverable that are contrary to the information contained in the mutually agreed upon assignment specification. Deliverables shall include all materials, code, and individual elements needed in completion of the product. In the event of rejection of any Deliverable, the contractor will be notified in writing of the specific reasons the Deliverable is being rejected. The contractor shall have an opportunity to correct the rejected Deliverable at the discretion of the ONM Information Architect, or designee. Deliverable schedule shall apply for all Deliverables unless changed by the contracting officer. Based on Contractor performance and deliverables during any given phase, ONM will decide whether to exercise the option to have the contractor proceed to the next phase. •VI. ACCEPTANCE The Senior Information Architect, or designated representative, and Contractor will review all deliverables jointly. ONM client service and technical teams will review deliverables as well. Final acceptance of the deliverables will be according to the terms contained in the deliverable description within this document, as well as the Requirements Document agreed to by all parties. Liaison ONM Senior Information Architect: Steven Fuchs Room 3600 - Cohen Building 202-382-7278 Point of Delivery Deliverables will be delivered to ONM electronically, with mailing address located at 330 Independence Ave. SW, Washington, DC, 20237. •VII. SUPERVISORY CONTROLS Contractors shall submit completed deliverables to the Office of New Media Senior Information Architect, or designated representative. The Senior Information Architect, or designee, provides editorial guidance and general, administrative direction. The contractor's work should adhere as closely as possible to the Graphic Standards and Styles of ONM and VOA. The contractor's recommendations and design will be evaluated in light of IBB resources, and institutional priorities. •VIII. PERIOD OF PERFORMANCE After contract has been awarded, the 1/ Requirements Gathering, 2/ Design and 3/ Coding phases will be expected to be completed in 4 to 6 months, subject to issues identified in the Requirements Document. The support phase is not expected to exceed 6 months. •IX. PLACE OF PERFORMANCE Cohen Building, 330 Independence Ave. SW, Washington, DC. X. PRICE QUOTE The contractor shall give an ala carte price quote per project phase: 1/Requirements Gathering, 2/Design, 3/Coding, and 4/Support. Contractor will be paid after satisfactory completion of each phase. T he provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition, with no addenda. The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The Written Technical Proposals will be evaluated in three equally-weighted areas (a) Capability) (b) Approach and (c) Experience/ Past Performance as follows: Capability: (e.g. personnel): Offerors shall describe their corporate capability to perform as stated in Statement of Work (SOW). Approach: The Government will assess the technical merit of the Offeror's approach in order to determine if the Offeror has the ability to successfully perform the task areas specified in the SOW. Experience/Past Performance: The IBB will assess the relevancy of the Offeror's experience/past performance to determine the Offeror's ability to perform the work requirements of the SOW. Offerors shall submit evidence of their experience in performing work. Offerors shall submit examples of no fewer than two (2) of their most recent or ongoing contracts relating to the work specified in SOW experience can be government or commercial. Evaluation Criteria must be address in your proposal for consideration, if criteria is not address your proposal will be considered non-responsive. •1. Demonstrate expertise in international news/information website design •2. Experience designing multi-media, interactive websites •3. Experience creating multi-lingual website •4. Expertise in User Experience design •5. Design portfolio of related projects •6. Coding samples: CSS; javaScript; ajax, jQuery Technical ability is more important more than price and price is more important than past performance. (x) Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of FAR subpart 52.212-3 can be obtained by contacting the contracting officer. PRICE PROPOSAL AND TECHNICAL PROPOSAL CAN BE COMBINED MUST BE SUBMITTED SEPARATELY. FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government]; FAR Clause 52.219-6 [Notice of Total Small Business Set-Aside]; FAR Clause 52.222-3 [Convict Labor]; FAR Clause 52.222-19 [Child Labor - Cooperation with Authorities and Remedies]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities]; FAR Clause 52.222-36 [Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; FAR Clause 52.225-1 [Buy American Act - Supplies]; FAR Clause 52.225-13 [Restrictions on Certain Foreign Purchases]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration]. ; 52.213-2 Invoices; 52.216-18; Questions must be submitted in writing to the Contract Specialist at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions by 12:00 p.m., Eastern Time on 25 May 2011. Questions must be submitted in writing by email to: dsturgis@bbg.gov. Proposal shall be submitted as an original and two copies must be sent via courier or overnight delivery prior to the deadline. Proposal should be addressed to ATTN: Diane Sturgis, Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007, Washington, DC 20237 by 2:00 p.m., Eastern Time on31 May 2011. The point of contact for this requirement is Diane Sturgis, Contract Specialist who can be reached via email at dsturgis@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-11-00069DS/listing.html)
- Record
- SN02446330-W 20110514/110512234526-aef678fbb2a6dfbff6423d076b0de703 (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 |