|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390Export-Import Bank of The United States, 811 Vermont Avenue, NW, Room
1023, Washington, DC 20571 R -- DESIGN AND PRODUCTION OF THE EXPORT-IMPORT BANK'S ANNUAL REPORT
SOL EXIM-99-R-0004 DUE 080699 POC Jacqueline Dennis (202) 565-3341
E-MAIL: Click here to e-mail the Contract Specialist,
Jacqueline.dennis@exim.gov. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
WILL NOT be issued. The Request for Proposal (RFP) number is
EXIM-99-R-0004. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-11. This acquisition is 100% set-aside for small business concerns.
The Standard Industry Code (SIC) is 7336 and the business Size
Standard $5.0m. Design and Produce the Export Import Bank of the U.S.
Annual Report. Ex-Im Bank's Vice President of Communication or designee
will provide guidance with regard to the theme of the annual report and
how the theme should be carried throughout the document. The report
shall comply with any existing mandatory standards governing the
printing of GPO standard Class I printing (highest quality). All design
work should be in compliance with the Ex-Im Bank's graphics manual and
easily convertible to Internet use via IBM-based software. Design work
not in compliance with Ex-Im Bank standards may be used subject to
Ex-Im Bank approval. All designs, layout and final products are the
property of Ex-Im Bank and may be reproduced, copied or distributed
electronically by Ex-Im Bank. (Per use rate stock images excluded.)
Given the close coordination required between Ex-Im Bank staff and the
contractor for this work, the firm chosen must have a physical
presence in or near the greater Washington, D.C. -- Baltimore,
Metropolitan area, or must function at this level of proximity through
travel or other means, at no additional cost to the Bank. The Offeror
will be responsible for working closely with the printer to assure
that document is being printed correctly and the color scheme is
correct. Ex-Im Bank will select and issue a separate contract to the
printing contractor. A copy of last years Annual Report is available
upon request. Also, Ex-Im Bank contemplates issuing a one (1) year base
contract, with four (4) one (1) year options. Offerors will provide
prices on CLIN's 0001 through 0003 for the base year and CLIN's 0004
through 0015 for the option years: BASE YEAR; CLIN 0001 -- Design and
produce fiscal year 1999 annual report on 8.5 x 11 paper it is
estimated that it will be approximately 56 pages including cover. The
design phase includes consultation, interviewing and planning design
from rough concepts to comprehensives for cover and interior subject
sections, design refinements, research, photography including art
direction, printing supervision (including text revisions and design
revisions), attending and holding presentation meetings and overall
project management. This line item includes all miscellaneous items
such as; art materials, photostats, courier, fax services, laser
proofs, color copies and FPO scans for presentations; CLIN 0002 --
Estimated cost for PDF format. Produce artwork in a PDF file for
viewing via the Internet with Adobe Reader (minimum version 3.0); and
CLIN 0003 -- Estimated cost for IBM compatible format. Deliver all
graphics, photography and illustrations in an Internet compatible, IBM
compatible format such as jpeg, tiff, gif for Internet utilization
(ten images). OPTION YEAR 1: The description of CLIN's 0004 through
CLIN 0006 are the same as CLIN's 0001 through CLIN 0003 with a new
performance period. OPTION YEAR 2: Repeat the description for CLIN's
0007 through CLIN's 0009 with a new performance. OPTION YEAR 3: Repeat
the description for CLIN's 0010 through CLIN's 0012 with a new
performance period. OPTION YEAR 4: The description is again repeated
with a new performance period for CLIN's 0013 through CLIN 0015. The
Vice President of Communications and the Annual Report Project
Coordinator will review and inspect all work, answer questions, provide
logistical assistance and approve all submissions, drafts and final
text. The Contracting Officer will make final acceptance. The following
is an approximate time line with the objective of the final product
being ready to be released to the printer on November 30, 1999.
TENTATIVE TIME LINE FOR BASE YEAR: -- (1) Aug. 13, 1999 award contract;
(2) Sept. 8, 1999; 3 concept covers and designs (interior pages)
delivered to Ex-Im Bank; Sept. 14, 1999 preliminary financial figures
sent to vendor; (3) Sept. 27, 1999 written copies of documents to
contractor; (4) Oct. 8, 1999 review/edit design and layout; (4) Oct.
18, 1999 send revised/final financial figures to contractor; (5)
October 29, 1999 Ex-Im Bank signs off on final project; and (6) Nov. 3,
1999 final project proofs submitted to Ex-Im Bank; (7) Nov. 5, 1999 --
5 proofs returned to contractor with final edits if needed; and (8)
Nov. 8, 1999 -- final project print ready, delivered to printer by 4:30
p.m. EVALUATION CRITERIA: Ex-Im Bank will evaluate the submissions from
prospective contractors based on the following criteria which is listed
in descending order of importance: technical capability, past
performance and price. If a prospective contractor intends to
subcontract portions of the Ex-Im Bank Annual Report project to other
firms, the offeror must identify all prospective subcontractors by
name, and must specify what services the subcontractor(s) will provide.
This information must be submitted with the proposal to be approved by
Ex-Im Bank. (Please limit written proposals to 8 pages.) (1) Technical
Capability -- The primary focus of the firm's business should be
graphic design production and publication management. The selected firm
must have demonstrable experience in similar projects of this type; (2)
Past performance -- submit samples of comparable projects that have
been completed successfully for other clients. The samples should
demonstrate experience in designing and producing annual report(s) for
a major company or government agency. If the submitted samples
represent work of several firms, each company should be identified and
its scope of work defined. Provide a minimum 3 government or civilian
references to which the same or similar services have been delivered
within the last 5 years. References shall include the contract number,
type of services and when the services were actually delivered, point
of contact and telephone number(s). [NOTE: Outdated/incorrect
reference names and phone numbers may result in a lower rating for
performance]; and (3) price -- total price. Clauses and provisions are
incorporated by reference and can be accessed electronically at
http://farsite.hill.af.mil/. This solicitation incorporates the
following provisions and clauses by reference. FAR 52.212-1,
Instruction to Offerors-Commercial Items with the following addenda:
Per FAR 12.603(b) the SF 1449 is not used. Paragraph (c), period of
acceptance of offers -- Offeror agrees to hold the prices in its offer
firm for 60 days after Government receipt of proposals. Paragraph 11,
offers must provide a statement specifying the extent of agreement
with all terms, conditions, and provisions included in the
solicitation. Offers that fail to furnish this information may be
excluded from consideration. FAR 52.212-3, Offer Representations and
Certifications-Commercial Items (a completed copy of this provision
shall be submitted with the offer. Offerors who fail to submit a
completed Representations and Certification may be considered
non-responsive). FAR 52.212-5, Contract Terms and Conditions Required
To Implement Statutes or Executive Orders-Commercial Items, to include
clauses (1), (5), (12), (13), (14), and (15). FAR 52.212-4, Contract
Terms and Conditions-Commercial Items. FAR 52.212-2,
Evaluation-Commercial Items with the above evaluation criteria
substituted for paragraph (a). Additional Clauses: FAR 52.216-1, Type
of Contract. The Government contemplates award of a firm fixed price
contract resulting from this solicitation. FAR 52.232-18, Availability
of Funds. FAR 52.217-5, Evaluation of Options. FAR 52.217-9, Option to
Extend the Term of the Contract. Proposals must submit three (3) copies
in writing, signed and dated to, Export-Import Bank, 811 Vermont Ave.
NW, Washington DC 20571, Attn: Jacqueline Dennis. Offers are due no
later than 4:30 p.m. on Aug. 6, 1999. Offerors must submit all
technical questions concerning this solicitation in writing. Ex-Im Bank
must receive the questions no later than 4:30 p.m. on July 23, 1999.
Authorization is granted to electronically transmit questions to the
issuing office. (THIS AUTHORIZATION IS NOT EXTENDED TO SUBMISSION OF
PROPOSALS.) Ex-Im Bank will answer questions, which may affect offers
in an amendment to this notice via CBD notice. The facsimile number is
(202) 565-3528. The point of contact for all information regarding
this acquisition is Jacqueline Dennis at (202) 565-3341. Posted
07/14/99 (W-SN353965). (0195) Loren Data Corp. http://www.ld.com (SYN# 0159 19990719\R-0009.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|