Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
MODIFICATION

T -- Commercial Photography - Job Corps Centers in Region VI-Seattle

Notice Date
5/6/2002
 
Notice Type
Modification
 
Contracting Office
Department of Labor, Employment Training Administration, Job Corps Seattle Region, 1111 3rd Avenue, Suite 800, Seattle, WA, 98101-3212
 
ZIP Code
98101-3212
 
Solicitation Number
AER90901000
 
Response Due
5/24/2002
 
Archive Date
6/8/2002
 
Point of Contact
Ernest Priestley, Regional Director, Phone (206) 553-7938 xt 8057, Fax (206) 553-4009, - Ernest Priestley, Regional Director, Phone (206) 553-7938 xt 8057, Fax (206) 553-4009,
 
E-Mail Address
epriestley@doleta.gov, epriestley@doleta.gov
 
Small Business Set-Aside
Total Small Business
 
Description
TO MINIMIZE CONFUSION BY OFFERORS REGARDING CHANGES TO THE ABOVE REFERENCED SOLICITATION, THE REVISED SOLICITATION IS PROVIDED IN ITS ENTIRETY. THE ORIGINAL SOLICITATION THAT WAS POSTED ON MAY 2, 2002, SHOULD BE DISCARDED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is AER90901000 and is issued as a Request for Quote (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-06. FAR Part 13 Simplified Acquisition Procedures will be used. NAICS code is 541922, Commercial Photography, with a size standard of $5M applies to this 100% small business set-aside. The Job Corps is a training program for youth ages 16 to 24 at time of enrollment. It is primarily residential with some non-residential components. The program provides free educational and vocational training, free housing in dormitories, work experience, counseling, basic health care and other support services. The mission of the program is to attract eligible young adults, teach them the skills they need to become employable and independent, and to place them in meaningful jobs, further education, or military service. Ultimately, the training should enable the students to become self-sufficient members of society who contribute to the community as taxpayers and good citizens. Job Corps intends to award a one-time purchase order for the services identified herein. Job Corps Region VI - Seattle seeks a contractor to photograph students, staff, and facilities at the following 11 Job Corps Center (JCC) sites: 1) Angell JCC, 335 N.E. Blogett Rd, Yachats, OR 97498; 2) Cascades JCC, 7782 Northern State Rd, Sedro-Woolley, WA 98284; 3) Centennial JCC, 3201 Ridgecrest Dr, Nampa, ID 83687; 4) Columbia Basin JCC, Bldg. 2402 - 6739 24th St., Moses Lake, WA 98837; 5) Curlew JCC, 3 Campus St, Curlew, WA 99118; 6) Ft. Simcoe JCC, 40 Abella Ln, White Swan, WA 98952; 7) Pivot JCC, 2508 NE Everett, Portland, OR 97232; 8) Springdale JCC, 31224 E Historic Columbia River Hwy,Troutdale, OR 97060; 9) Timber Lake JCC, 59868 E. Highway 224, Estacada, OR 97023; 10) Tongue Point JCC, 37573 Highway 30, Astoria, OR 97103; 11) Wolf Creek JCC, 2010 Opportunity Lane; Glide, OR 97443. Our goal is to acquire a library of full color quality photographs from each site, and our intent is to use these photos for a wide variety of media needs including brochures, the Regional web site, pre-movie "slide" advertising, point of purchase advertising displays, etc. The chosen contractor will 1) Be a professional photographer with five or more years' experience with photographing people, events, and facilities; 2)Work with Regional Office contact to establish a shooting schedule no later than one week after contract is awarded; 3) Work with a Job Corps designated contact person at each Job Corps site during the photo sessions; 4) Work from a checklist of required subject matter for photos. These photos will capture Job Corps students participating in academic classes, vocational training, recreational events (e.g. basketball or pool) and in residential areas. Most shots will be fairly close up and will focus on one or two individuals engaged in an activity rather than large groups. Photos should also capture exteriors of some key buildings at each Center. It is estimated that 80% of photos taken will have people as the subject, with 20% of the photos being of facilities. It is also estimated that half of the photos will be taken indoors (e.g. dorm rooms, classrooms) while half will be taken outdoors (e.g. vocational work sites, basketball court); 5) Spend no more than one eight hour day at each site, and may spend longer than that only with the prior written approval of the Contracting Officer; 6) Work with the Job Corps Center contact person to ensure that all persons photographed sign releases. Release forms will be provided by Job Corps; 7) Provide proofs (electronic format acceptable) to Regional Office contact after first shoot and receive approval before proceeding to additional Job Corps Centers; 8) Complete shooting at all Centers by July 31, 2002; 9) Provide all proofs for final approval to the Regional Office by August 16, 2002; 10) Provide final deliverables to the Regional Office no later than August 30, 2002 in the following formats: high resolution tifs (20 meg), and jpegs (72 dpi). Ten sets of the tifs and jpegs should be provided on CD ROM to the Regional Office. Transportation of deliverables will be FOB destination; 12) If a reshoot is required by the Contracting Officer the offeror will be reimbursed at the same fee rate as the original shoot and for all expenses. For any reshoot required because of an act of God or the fault of a third party, the offeror will charge no additional fee, but will be reimbursed for all expenses; 13) Allow Job Corps unlimited usage rights on all deliverables; and 14) Commercial interim payments will only be made for segments of work that have been approved by the Regional Office. Offerors must provide for evaluation at least five hard copy samples of prior work (which will be returned at the applicant's request), a description/resume' of past work, three client references, and soonest availability to do this work. Offerors must also include a price quote that covers the cost for all time, materials, travel, and usage rights. Usage right costs may be broken down by medium if desired. Transportation costs must include a breakout of expenses, e.g., mode of transportation, lodging, meals and incidental expenses. All travel costs incurred by the contractor will be subject to the federal travel regulations, see www.policyworks.gov. In the interests of time, the contractor has the choice of traveling by air versus automobile. Airfare shall be based upon the lowest available cost, coach or economy airfare. The use of any airfare other than coach or economy must be approved in writing in advance by the Contracting Officer. Offers will be evaluated on the offeror's level of experience, past performance, and price. The Government may award without discussions. Award will be based on best value to the Government. Offerors shall include with their quotes the certifications and representations found in FAR clause 52.212-3. Offerors must complete the required information found in this clause. Offerors can access the clause online at www.arnet.gov. Other provisions/clauses are hereby included by reference: FAR 52.212-1, Instructions to Offerors-Commercial without addenda; FAR 212-4, Contract Terms and Conditions-Commercial Items without addenda; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (b)(12) and (14). Written responses to this RFQ must be received no later than May 24, 2002, 12:00 noon PST at Office of Job Corps, Region VI-Seattle, 1111 3rd Ave., Ste. 800, Seattle, WA 98101. Contact is Ernest Priestley, Contracting Officer, on 206-553-7938, x8057.
 
Place of Performance
Address: Eleven Job Corps Center sites identified in synopsis/solicitation.
Country: USA
 
Record
SN00072045-W 20020508/020506213215 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.