Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2022 SAM #7547
SOURCES SOUGHT

T -- CREATIVE PRODUCTION MANAGEMENT SERVICE

Notice Date
7/28/2022 11:03:15 AM
 
Notice Type
Sources Sought
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1387
 
Response Due
8/5/2022 3:00:00 PM
 
Archive Date
10/04/2022
 
Point of Contact
Leah Masterson, Contracting Specialist, Phone: Contract Specialist
 
E-Mail Address
doreen.masterson@VA.gov
(doreen.masterson@VA.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Creative Production Management This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) UEID number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Please list work that your company has performed on contract within the last 5 years. Contractor shall provide the production and design of the VA San Diego Healthcare System FY2022 Annual Report. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541430($8M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to Doreen.masterson@va.gov. All e-mails must have as the subject line 36C26222Q1387 Production Management Services and should be received no later than 3:00 pm PDT on August 5, 2022. Statement of Work VA San Diego Healthcare System FY2022 Annual Report VA San Diego Healthcare System Public Affairs Service is seeking small business graphic design company who can fulfill the production and design of the VA San Diego Healthcare System FY2022 Annual Report. Client is required to coordinate on the phone and on-site with VA San Diego Healthcare System public affairs staff to ensure creative vision of health care system is met and quality of final product is agreed upon. Point of contact Client shall designate one point of contact in company to coordinate all required services between VA San Diego Healthcare System public affairs staff and client. VA San Diego Healthcare System would prefer the person be a directing supervisor for the project. Creative/Production/Management Responsibilities to include design, layout, type specification, client meetings, art direction for one day of on-location photography, production/typesetting, proofreading, place art, finalize layout and design with actual type and art elements, output black and white and color proofs, prepare PDF files and email to client for proofing, page-up brochure, two rounds of minor type corrections/client revisions, develop print specs, organize and download to disc for printer/separator, review proofs and coordinate with purchasing department and/or printer. Layout and Design Report is to be made to these print specifications: Eight pages Flat Size = 31.8125"" - Fold Size 8.5""x11"" Gate Fold 3/32"" short panels, right + left sides Topkote gloss 111 lb. cover or equivalent. Prefer paper stock made in the US 4 color process + overall satin aqueous coating or satin varnish on both sides Hi-Res color proof required with blueline prior to printing Printer will need to do all stripping/masks/traps for final output. Layout of the report is to be completed in Adobe Indesign using version 6. Illustrations and drawings are also to be completed using Adobe Illustrator version 6. Scans, photos and bitmapped images are to be edited using Adobe Photoshop version 6. Files are supplied in native format. Fonts are furnished. Color identification system used is CMYK. Files require bleeds. Bleeds will be supplied on furnished files. All graphics are linked properly. Designer will collaborate with the client to develop a strategically targeted annual report and multi-purpose marketing tool. Report will convey VASDHS s business developments, marketing position and growth prospects, mission and financial performance. Photographer Annual Report requires client to employ services of professional photographer and lighting assistant in creating new digital imagery to accompany product. VA Public Affairs staff will coordinate with date and time with company for photographer s service. Photographer and assistant with spend one business day at San Diego VA Medical Center photographing staff and patients for annual report. Images must be in-line with creative vision discussed between client and VA San Diego public affairs staff prior to shoot day. Photographer must provide his own camera gear, strobe lighting, reflectors and additional equipment necessary for completion of shoot. All images must be high resolution shot in TIFF or NEF format. Copies of the retouched digital files can be delivered in high resolution TIFF or JPEG formats. VA San Diego Healthcare System reserves right to use imagery for FY2022 annual report and as stock photos for future internal/external purposes. Retouching Annual Report must require professional photo retouching after images are acquired. Photos supplied for retouching may include images not supplied by professional photographer as per service listed above. Total number of images for retouching is 11. Copywriting VA San Diego Healthcare System Public Affairs staff will provide copywriting and financial information. Client must provide minor copyediting all material to ensure grammatical and factual accuracy. Client will work with client if needed to ensure information provided is accurate. Indicated will make necessary corrections if indicated by VA San Diego Healthcare System Public Affairs staff. Additional Responsibilities POINT OF CONTACT (POC). Client s POC shall be responsible for the performance of work. The POC shall have full authority to act for the contractor on all matters relating to daily operations of this contract. CLIENT EMPLOYEES. The client shall not employ persons for work on this contract if such employee is identified to the client as a potential threat to the health, safety, security, general wellbeing or operational mission of the installation and its population. APPEARANCE. Client personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the company. Client field service personnel shall be dressed to present a clean, neat appearance at all times when performing under this contract. VA DRESS GUIDELINES. Client personnel shall not wear sandals, flip-flop style footwear, or open-toe shoes; and shall follow VA dress guidelines. A copy of this will be provided upon request. MINIMUM AGE. All employees performing under a resulting contract shall be a minimum of eighteen (18) years of age. ABILITY TO COMMUNICATE. All employees shall be literate in English to the extent of reading and understanding printed regulations, detailed written orders, training instructions and materials. DRUG/ALCOHOL POLICY. Client shall ensure that all personnel performing under this contract comply with the participating VA Medical Facility alcohol and drug free workplace policy. A copy of this policy may be obtained from the COR. SEXUAL HARASSMENT. The client shall ensure that the staff assigned shall be cognizant of the VA s sexual harassment. The client may obtain a copy of this information from the COR. PARKING POLICY. It is the responsibility of client personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not invalidate or make reimbursement for parking violations of client's personnel under any circumstances. ORDERING ACTIVITY. Client shall not accept any instructions issued by any person other than the POC or assisting POC acting within the limits of his/her authority. CHANGES TO CONTRACT. Only those services specified herein are authorized. Before performing any service of a non-contractual nature, client shall advise the POC of the reason(s) for the additional work and/or service. Final Product Final product is not to be printed by the client, only designed using above specifications and set to DVD for printing. Final product must be approved by Public Affairs Staff prior to completion. Client has no later than five weeks from date of being awarded the job to complete and deliver final product. Final format must be delivered on three CD or DVD discs in a ready state so that future printing companies can access and deliver a product from the information provided. Along with the three final copies on DVD format, client must provide two additional CDs with retouched imagery from the photography session. Breakdown of total services and appropriate hours required below: Principal/Program Manager 4 hours Creative Director 6 hours Senior Art Director 18 hours Senior Graphic Designer 16 hours Senior Copy Writer 2 hours Copy Editor 4 hours Project Manager 4 hours Production Manager 3 hours Production Artist 17 hours Project Coordinator 2 hours Photo Retoucher 14 hours Photographer 1 day Photo Assistant 1 day Materials 1 day Billing Client must be registered on Sam.gov prior to business transaction. Client must provide an estimate quote prior to initiation of work. Final cost of project must not exceed quote provided, based on current information. Composite film, proofs and printing costs are not included, and will be purchased client direct. VHA Supplemental Contract Requirements for Combatting COVID-19 Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0baf5d40af64436687e7cf5bcdd81f98/view)
 
Record
SN06406766-F 20220730/220728230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.