Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
MODIFICATION

99 -- Graphic Designer

Notice Date
7/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Support Center (SUPCEN), Commanding Officer, Elizabeth City, North Carolina, 27909
 
ZIP Code
27909
 
Solicitation Number
21098193SYSUPCEN1
 
Archive Date
8/26/2009
 
Point of Contact
Rosie M Ross, Phone: 2523356434, GAYLA FLUCAS, Phone: 252-335-6404
 
E-Mail Address
Rosie.M.Ross@USCG.MIL, GAYLA.M.FLUCAS@USCG.MIL
(Rosie.M.Ross@USCG.MIL, GAYLA.M.FLUCAS@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
U. S. COAST GUARD SUPPORT CENTER (SUPRTCEN) ELIZABETH CITY STATEMENT OF WORK DESCRIPTION/SPECIFICATIONS/WORK STATEMENT FOR SUPRTCEN ELIZABETH CITY BASE HISTORICAL EXHIBIT DESIGN AND INSTALLATION 1.0SCOPE OF WORK 1.1WORK COVERED BY CONTRACT: The contractor shall provide all necessary supervision, labor, materials, equipment, and transportation necessary to perform the work as described herein. All work shall be conducted per this scope of work and all applicable Federal, State, and local laws, regulations, codes and directives. This summary is not all-inclusive and delineates only those work items deemed as major to the contract. Historical Exhibit Design and Installation will be provided at the Coast Guard base located at 1664 Weeksville Road, Building 35, Elizabeth City, NC 27909. 1.2GENERAL: Electrical power, water, compressed air, and sanitary facilities are available at the site. Use of electrical power is limited to tools that can operate on 120V AC/60Hertz, single phase. Compressed air can be provided with limitations as directed by SUPRTCEN/FED Personnel. 1.3INSURANCE: Before commencing work under this contract, the Contractor shall submit a Certificate of Insurance within 10 days after award date. 1.3.1Workmen's Compensation and Employer's Liability Insurance: The Contractor shall comply with applicable Federal and State Worker's Compensation and Occupational Disease statutes. Employer's liability coverage of at least $100,000.00 shall be required. 1.4MATERIAL(S) REQUIRED: The contractor will furnish completely trained and supervised personnel. Contractor will also provide computers, computer software, printing machines, poster boards, paints, brushes, hardware, tools and any additional materials required to complete the project. The Coast Guard will set aside designated spaces for use by the contractor to perform required work on site. The Contracting Officer’s Technical Representative (COTR) will determine the suitability of all items/materials used under the terms and conditions of this contract. 1.5SAFETY PRECAUTIONS: The contractor is responsible to ensure that all personnel working under this contract are fully trained and qualified in order to ensure the proper application of any and all provisions required to assure the safety of the personnel and the equipment. The Government assumes no liability for the injury of workers while performing under this contract or for damages to equipment used by the Contractor’s personnel. Refer to paragraph 1.3 in regards to the Contractor’s requirement to possess adequate insurance liability policies while performing services under this agreement. 1.6.REPORTING PROBLEMS. Any fire, noxious fumes, or other hazardous condition shall be reported to the Fire Department Dispatch, Emergency number 222, immediately using the nearest telephone. The Dispatch Watch Stander shall contact the local emergency agencies if needed, and initiate local response(s) by Coast Guard emergency response personnel. The contractor’s personnel shall not endanger themselves in such instances but do need to report the condition immediately. Any other problems associated with the project and/or worksites shall be reported to the COTR or Contracting Officer (KO) during working hours for resolution. 1.7ENERGY CONSERVATION: The Contractor shall close windows and turn off lights when leaving spaces that are unoccupied. 1.8GOVERNMENT HOLIDAYS: Government Holidays listed in the wage determination are subject to changes that may be enacted by the Federal Personnel Manual (PPM) Supplement 990-2, Executive Order or by Congress. 1.9CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (COTR): A COTR will be designated in writing as a liaison between the Government and the Contractor. At no time can the COTR authorize any work to be completed outside of the scope of the contract without first receiving permission from the Contracting Officer. The COTR shall interact with both parties to ensure that the needs of the Contractor and the Government are met. 2.0WORK REQUIREMENTS 2.1PERSONNEL: 2.1.1Supervision: The Contractor shall at all times provide supervision necessary for the effective management of Exhibit Design and Installation. 2.1.1.1All personnel and alternate(s) must be able to clearly speak, read, and understand English. 2.1.2Employees: The Contractor shall provide a list of personnel employed under this Contract. This list shall be submitted in writing to the COTR no later than fifteen (15) days prior to the starting date of contract performance. The COTR shall ensure that the list is provided to the Base Security Officer to allow authorized access to the facilities in order to provide the contracted services. 2.1.2.1Updated list: The Contractor shall provide to the COTR an updated list within 24 hours if an employee is released and/or new personnel are assigned to the job. 2.1.2.2All working Contractor personnel shall be free from communicable diseases. 2.1.3Conduct. The Contractor shall be responsible for the conduct of employees while employees are working onsite at Support Center Elizabeth City. The Contractor shall maintain satisfactory standards of employee competency, conduct, appearance and integrity, and shall be responsible for taking such disciplinary action with respect to his/her employees as may be necessary. The Government reserves the right to direct the Contractor to remove an employee from the work site for failure to comply with the standards of conduct. The Contractor shall immediately replace such employee to maintain continuity of services at no additional cost to the government. 2.1.4.Contractor personnel shall not enter any spaces that are not specifically identified by this Specifications/ Work Statement. Refer to paragraphs 3.1.4 and 6.0 for further guidance and restrictions in regards to the access and use of government spaces. 2.1.5HISTORICAL EXHIBIT DESIGN AND INSTALLATION SERVICES: The Contractor shall perform required work from 8:00 am to 4:00 pm Monday through Friday (excluding federal holidays). The Contractor is required to perform the following in accordance with this scope of work. 2.1.5.1EXHIBIT DESIGN: The contractor will provide an Exhibit Design Graphic Arts Project Coordinator to design and develop/produce a graphic historical timeline of significant Coast Guard related events at the CG Base in Elizabeth City North Carolina; from its inception to present day. 2.1.5.2DESIGN: The design phase will involve a brief research period to gather historically significant dates and events about the base and the merging of existing historical documents and photographic images to support these events to display in a dynamic, graphic presentation. The initial design will be prepared in a computer generated graphic for use as a planning document. This will provide a way to clearly present and refine Coast Guard history for the USCG in Elizabeth City. COTR/Command approval of design is required prior to initiating the Development Phase. 2.1.5.3DEVELOPMENT: The development phase will include producing the actual full scale historical timeline from the computer design for installation on prepared walls in Building 35 at Support Center Elizabeth City. The Graphic Arts Project Coordinator will be involved in all aspects of coordinating the production and installation of the timeline. 2.1.6The contractor will ensure the project coordinator is provided assistance/guidance through consultation and research development from a qualified historian or museum staff 2.1.7ADDITIONAL WORK REQUIREMENTS: If additional work is determined necessary, above and beyond the Specifications/ Work Statement, the Contractor shall be required to submit written estimates upon request from the Contracting Officer. The Contractor shall await authorization to proceed by the Contracting Officer before performing any additional work beyond the PWS or receipt of a modification to the purchase order or service contract in writing from the Contracting Officer. Where the contractor’s price is considered excessive based on previous experience, personal knowledge, market research, etc., the Contracting Officer shall negotiate an acceptable ceiling/price with the Contractor. 2.1.8MATERIAL TO BE FURNISHED TO THE GOVERNMENT: The government will provide limited administrative assistance to the project officer during the design and development (research phase) when/if required to obtain historical materials and/or data for duplication if readily available on the base. Additionally, the government will provide Facilities Engineering staff to advise and assist with the mounting of materials on the wall due to the age and unique construction materials within building 35. 2.1.9WORK REPORTS: Ten (10) days prior to commencement of any work under the terms of this contract, the Contractor is required to supply the Contracting Officer a work schedule for the period of award. 3.0QUALITY ASSURANCE 3.1.1Quality assurance measures taken by the Coast Guard are not intended to supplant any controls, examinations, inspections, or tests conducted by the Contractor. Other Government personnel from time to time may observe the contractor’s personnel during performance on this installation. However, these personnel may not interfere with the Contractor’s performance, with the exception of the COTR and only within the scope of his/her powers as delineated in this statement. 3.1.2U. S. Coast Guard inspection and acceptance under this contract will be accomplished by the individual designated in writing by the Contracting Officer. The Contractor will be furnished a copy of the letter of designation and will be required to acknowledge receipt of said letter. This person will most likely serve as the COTR also. 3.1.3All services and manner of performance will be subject to inspection by the Contracting Officer or his authorized representative (COTR) during the performance of this contract. Failure to satisfactorily meet the requirements of this contract or to make timely corrections of any deficiencies observed may be cause for termination of this contract as provided in the clauses of the contract entitled “DEFAULT” (Refer to the contract’s attached FAR Clauses). 3.1.4DESIGNATED WORK AREA’S: The designated work area for this contract is the first floor corridor located in Building 35 and assigned work/office space provided by the COTR. 4.0QUALITY CONTROL. The Contractor shall be responsible for the quality of performance provided by his/her employees. 4.1.1Quality Control Plan: The Contractor shall establish a complete Quality Control Plan (QCP) to assure that the requirements of this contract are met. The QCP shall be submitted to the COTR no later than fifteen (15) days after the starting date of the contract performance. The plan shall include the following items: 4.1.1.2Weekly Plan: A weekly plan detailing all daily and weekly assignments, which specifies the time period scheduled for each task at each location. 5.0SITE VISIT: Interested parties shall make arrangements for a site visit at Coast Guard Support Center Elizabeth City. Please call the Supply Department at 252-335-6434 or 6404, for the scheduling of the visit upon receipt of this scope of work. 6.0MILITARY REGULATIONS: The Contractor, his employees, and sub-contractors shall become familiar with and obey all station regulations. All personnel employed on the project shall keep within the limits of the work area(s) and avenues of ingress and egress, and shall not enter any other areas outside the site of work unless required to do so in the performance of their duties. The Contractor’s equipment shall be conspicuously marked for identification. There shall be no smoking in any Coast Guard building. 7.0CLEANUP OF WORK AREAS: The Contractor shall remove and properly dispose of all trash and debris incident to the contract work from the areas of work, as well as all adjacent affected areas. Disposal shall be in accordance with Federal, state, and local regulations. The trash dumpsters located at the Coast Guard base are available for proper disposal of trash, with the exception of the dumpster located next to the Coast Guard Exchange store. 8.0BID SUBMITTALS: All bids shall include a “Firm Fixed Price” and shall contain a detailed breakdown of work to be performed and costs per line item. They must be submitted prior to the deadline of the solicitation via common carrier or emailed to: gayla.m.flucas@uscg.mil with an information copy to eric.a.cain@uscg.mil. 9.0CONTRACT AWARD: Contract Award will be based on Best Value using the following factors: 1.Past performance (each bidder should submit with their bid packages the description of at least two similar jobs/projects and contact information for a reference whom you performed the work for). 2.Experience (Provide brief description of your and/or your company’s experience in the bid package) 3.Special features of the services required for effective performance. 4.Price Reasonableness. If two or more companies are equal in all factors considered then price may be used as the final determining factor. 9.0AFTER THE AWARD OF THE CONTRACT: The contractor must immediately notify the Contracting Officer’s representative of his/her intended start date. The work shall be done in accordance with the specifications contained here within. 10.0ORAL MODIFICATION: No oral statement of any person other than the Contracting Officer shall in any manner or degree, modify or otherwise affect the terms of this contract. Note: Work shall not begin on this job until you have received authorization from the contracting officer or her representative (SKC Rosie Ross) and have obtained a copy of the Government Purchase Order. As prescribed in FAR Part 13.302-5(c) Notice to Supplier: This is a firm order ONLY if your price does not exceed the terms of the award. Submit invoice to the Contracting Officer, CWO Gayla Flucas, USCG Support Center, Building 35, Elizabeth City NC 27909 (252) 335-6404. If you cannot perform in exact accordance with this order, withhold performance, and notify the Contracting Officer immediately, giving your quotation. _______________________________________________________________ Company Representatives Signature Date ________________________________________________________________ Contracting OfficerDate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/22/21098193SYSUPCEN1/listing.html)
 
Place of Performance
Address: Commanding Officer, 1664 Weeksville Rd, Building 35, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN01889589-W 20090730/090728235520-7dc53f03e471b52ac46f8c3074bce3b2 (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 |
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.