Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
MODIFICATION

R -- National Image Conference Support Services

Notice Date
2/20/2004
 
Notice Type
Modification
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-04-R-HHA521
 
Response Due
2/24/2004
 
Point of Contact
Arita Tillman, Contract Specialist, Phone 202-267-2518, Fax 202-267-4019, - Gary Grimes, Contracting Officer, Phone 202-267-2489, Fax 202-267-4019,
 
E-Mail Address
atillman@comdt.uscg.mil, ggrimes@comdt.uscg.mil
 
Description
PERFORMANCE WORK STATEMENT FOR COMBINED SOLICIATION PLANNING SUPPORT SERVICES FOR THE NATIONAL IMAGE CONFERENCE 1.0 GENERAL. 1.1 Scope. The purpose of this task order is to acquire contractor technical and administrative support services in support of the United States Coast Guard’s Office of Civil Rights. Specifically, this task order is to provide production support for the National Image Inc. Military Awards Banquet to be held on June 9th, 2004 in Orlando, Florida. Contractor tasks shall include but are not limited to stage design, assembly/setup and takedown, lighting, audio, video, and administrative services. 1.2 Background. National Image Inc. is a network of Hispanic professionals committed to finding positive and creative solutions to the challenges facing the pan-Hispanic community in the United States. The mission of National Image Inc. is to develop and increase employment and educational opportunities to further the advancement of Hispanics. A successful vehicle for promoting this mission is the National Image Annual Training Conference. This conference provides thousands of Hispanics the opportunity to network with government and civilian agencies and learn about employment opportunities. One important and highly visible aspect of the annual conference is the Military Awards banquet. The banquet honors Hispanic culture and the contributions of Hispanics to the military and the community. This banquet is a high profile event that will be hosted by the Coast Guard and attended by senior military officers from all branches of the Armed Forces and prominent officials from the Hispanic community. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this task order. The Project Manager is further designated as Key by the Government (see PWS 1.4). 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer’s Technical Representative (COTR). The name of Project Manager and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager shall be provided in writing to the Contracting Officer and COTR not later than 3 business days after to the date of award. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this task order. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. 1.3.1.2 The Contractor shall not replace the Project Manager without prior approval from the Contracting Officer. 1.3.1.3 Project Manager Availability. The Project Manager shall be available to the COTR via telephone during the core hours of 0900 and 1700 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 2 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements in this task order within the timeframes specified. All Contractor employees supporting this task order shall also be citizens or legal residents of the United States. 1.3.3 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security and the United States Coast Guard. 1.3.4 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required in this task order. The Government will provide the Contractor with an immediate written explanation of the request to remove the employee through the Coast Guard Contracting Officer. 1.3.5 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or appear to cause a conflict of interest. 1.4 Key Personnel. Before replacing any individual identified as Key, the Contractor shall notify the Contracting Officer no less than 2 business days in advance, submit written justification for replacement and provide the name and qualifications of any proposed substitute(s). Any proposed substitute shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without written consent from the Contracting Officer. The Government may designate additional Contractor personnel as Key prior to the task order date of award. 1.5 Security. None 1.6 Period of Performance. The period of performance for this task order shall not extend beyond June 19, 2004. 1.7 Place of Performance. The place of performance will be at the Hilton Walt Disney World Hotel, 1751 Hotel Plaza Boulevard, Lake Buena Vista, FL. 1.8 Hours of Operation. The Contractor shall perform all planning, designing, and managing services under this task order between the hours of 0800 (8:00 AM) and 1700 (5:00 PM) EST, Monday through Friday. 1.8.1 The Contractor shall perform all assembling services under this task order between the hours of 1200 (12:00 AM) EST June 9, 2004 and 1600 (4:00 PM) EST June 9, 2004. 1.8.2 The Contractor shall perform all disassembling services under this task order between the hours of 1200 (12:00 AM) EST June 10, 2004 and 0400 (4:00 AM) EST June 10, 2004. 1.9 Travel. None 1.10 Kick-Off Meeting. The Contractor shall meet with the COTR to discuss task order objectives NLT 2 business days after the date of award. This Kick-Off Meeting will be held at the Government’s facility or via telephone. 1.11 Project Plan. The Contractor shall provide a draft Project Plan for this task order at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the COTR not later than 3 business days after the Kick-Off Meeting. 1.12 Progress Reports. The Project Manager shall provide a weekly progress report to the COTR via electronic mail. This report shall include a summary of all Contractor work performed, including a breakdown of labor hours by labor category, all direct costs by line item, an assessment of technical progress, schedule status, meetings attended and any Contractor concerns or recommendations for the previous week period. 1.13 Progress Meetings. The Project Manager shall be available to meet with the COTR upon request to present deliverables, discuss task order progress, exchange information and resolve emergent technical problems and issues. The frequency and venue for these meetings will be determined during the Kick-Off Meeting. 1.14 General Report Requirements. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Windows XP and Microsoft Office Applications. 1.15 Government Quality Assurance Surveillance Plan. The Government will establish a QASP for this task order. The purpose of the QASP is to describe some of the methods the Government will use to evaluate contractor services required in this task order. However, the QASP is not part of the task order. 1.16 Performance Requirements Summary. This task order includes a Performance Requirements Summary (PRS). In general, the PRS sets forth the expected outcomes (objectives) of the task order, the service(s) required of the Contractor to achieve the objectives, a performance standard per outcome, and a plan for a reduction in payment in the event the Contractor does not meet the performance standard. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including reductions in payment in accordance with any clause for inspection of services. 2.0 Government Terms & Definitions. None. 3.0 Government Furnished Information. The Government will provide copies of the supporting documents cited in the reference portion of this work statement at the Kick-Off Meeting. 4.0 Contractor Furnished Property. The Contractor shall furnish all materials, equipment and services necessary to fulfill the requirements of this task order, except for the Government Furnished Information specified in this work statement. Equipment provided by the contractor shall be comparable or of better quality. Such materials include but are not limited to: Audio 1 Ground Supported Speaker System capable of providing concert-quality audio for an audience of 1,000 5 UHF Combo RF Microphones (Lav & Handheld) 1 8-Channel Audio Mixer 1 CD Player 1 VOG microphone 1 Digicart 1 Crew Communication System for crew of 10 1 Mixing Board (8/10 microphone inputs, phantom power, 2 pre-fader auxiliary sends) 2 Speaker Cabinets consisting of a 15: LF driver and a horn HF driver 2 Speaker Stands for above Speaker Cabinets 1 Power Amplifier for above Speaker Cabinets (800W Yamaha) 2 Self-Powered Stage Monitors (Fender Powerstage) 1 100’ 8in 4out XLR audio snake 6-8 Microphone Stands with Booms 6-8 25’ microphone cables 6-8 50’ microphone cables 1 2-channel compressor with cabling to patch into mixer main insert AC cabling to cover FOH mixing position 4 inputs for CG Band rhythm section (on stage) Video 2 9' x 12' RP Screens and truss frame 4 Roadster x4 projectors for 12' screens 2 Projector stackers 2 29" Multi-scan floor monitors 3 13" monitors for control riser 1 Hi-res switcher 1 Quad-split front of house monitor 2 Beta Cam SP Players 2 Beta Cam SP Record Decks 2 DXC-D30WS Cameras 2 18x1.2 X Camera Lenses 2 Studio Kits with 5" Viewfinders 2 CCU TX-7 with Remotes 2 Tripods 2 3'x3' camera risers with skirting All appropriate cabling and power supply Musical Instrument 1 5-piece drum set including a high hat, ride (20 inch) and crash cymbal 1 Baby Grand piano (Tuned) 1 Bass Amplifier – 100 watts, 12-inch speaker combo amp Lighting Rigging Motor and Motor Control System with Hand held controller Truss System Sufficient instruments to light podium, dais, and performance areas Spotlight Lighting Console Dimming System All appropriate cabling and power supply 5.0 REQUIREMENTS. 5.1 Architectural/Design Services. The Contractor shall provide architectural/design services to fulfill this task order. 5.1.1 The Contractor shall create a stage design/layout that is unique, high quality, imaginative and reflective of the theme of the banquet. 5.1.1.1 The Contractor shall deliver a draft design/layout to the COTR no later than March 15, 2004. 5.1.1.2 Upon receiving feedback on the draft design layout from the COTR and upon approval from the Government, the Contractor shall deliver a final design/layout for the event no later than May 1, 2004. 5.1.2 The Contractor shall provide quality supplies to construct all stage designs. 5.2 Assembly/Setup Services. The Contractor shall provide assembly services to fulfill this task order. 5.2.1 The Contractor shall be responsible for the assembly and disassembly of the stage design. 5.2.2 The Contractor shall have stage assembled and approved by the COTR no later than 1600 (4:00 PM) on June 9, 2004. 5.2.3 The Contractor shall begin disassembling the stage at 1200 (12:00 AM) EST on June 10, 2004. 5.2.4 The Contractor shall setup and remove all musical instruments mentioned in Section 4.0. 5.2.5 The Contractor shall provide quality craftsmanship while assembling/constructing Government approved stage design(s). 5.3 Lighting Services. The Contractor shall provide lighting services to fulfill this task order. 5.3.1 The Contractor shall create a lighting layout for the banquet production that includes but is not limited to spotlight system, dimming system, lighting console, par cans, any special lighting effects, etc. [See Section 4.0] 5.3.2 The Contractor shall install all lighting devices and cabling. 5.3.2.1 The Contractor shall operate all lighting devices. 5.3.3 The Contractor shall uninstall all lighting devices and cabling at the conclusion of the banquet. (See 5.2.3) 5.4 Audio Services. The Contractor shall provide audio services to fulfill this task order. [See Section 4.0] 5.4.1 The Contractor shall be responsible for operating all audio devices. 5.4.2 The Contractor shall install all audio devices and cabling. 5.4.3 The Contractor shall test all audio equipment to ensure operability of audio equipment. 5.4.4 The Contractor shall tune all musical instruments listed in Section 4.0. 5.5 Video Services. The Contractor shall provide video services to fulfill this task order. [See Section 4.0] 5.5.1 The Contractor shall be responsible for operating all video devices. 5.5.2 The Contractor shall edit all videos to produce one high quality commemorative video (VHS) of the banquet. 5.5.3 The Contractor shall test all video equipment to ensure operability of video (VHS) equipment. 5.5.4 The Contractor shall deliver a high quality commemorative video ten (10) business days at the conclusion of the Military Awards banquet. 5.6 Administrative Services. The Contractor shall provide administrative services to fulfill this task order. 5.6.1 The Contractor shall coordinate with the hotel representative. 5.6.2 The Contractor shall coordinate with the COTR to ensure all audio equipment; video equipment and musical instruments are available to fulfill this task order listed in Section 4.0. 6.0 REFERENCES. 6.1 The banquet room layout from Hilton 6.2 2003 Military Awards banquet video. Note: PWS 7.0 begins on the next page. 7.0 DELIVERABLES. The Contractor shall consider items in BOLD as having mandatory due dates. Items noted as “COTR Checkpoints” are deliverables or events that must be reviewed and approved by the COTR prior to proceeding to next deliverable or event in this PWS. ITEM PWS DELIVERABLE / EVENT DUE BY 1 1.10 Kick-Off Meeting 5 days after award of contract 2 1.11 Draft Contractor Project Plan 3 business days after Kickoff Meeting 3 1.11 Final Contractor Project Plan 10 business days after Kickoff Meeting 4 1.12 Progress Reports End of the week (Friday by COB) 5 5.5.4 Video of the banquet 10 business days after banquet Note: PWS 8.0 begins on the next page. 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). The PRS table below reflects the deliverables considered by the Coast Guard to be most important for the successful performance of this task order. This includes the expected standards of performance and planned reductions for not meeting those standards. The Government will establish a Quality Assurance Surveillance plan that is not part of this task order in order to monitor performance requirements summary items described in the table below. CONTRACTOR XXXXX SUPPORT SERVICES FOR XXXXX Objectives Required Service Performance Standard Reductions 1. Produce an imaginative and high quality stage design/layout that reflects the Hispanic culture/heritage The Contractor shall create a stage design/layout that is unique, high quality, imaginative and reflective of the theme of the banquet. (PWS 5.1.1) Stage design shall be approved by the COTR. Results will be reflected in the contractor’s past performance evaluation. 2. Use supplies and products of high quality to create the design stage The Contractor shall provide quality supplies to construct all stage designs. (PWS 5.1.2)The Contractor shall provide quality craftsmanship while assembling Government approved stage design(s). (PWS 5.2.5) The use of high quality products and supplies is evident. If the deliverable is determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, the contractor shall be financially responsible for five (5) times the current market cost for rental equipment or procurement costs. 3. Produce a high-quality commemorative video (VHS) capturing the banquet The Contractor shall edit all videos to produce one high quality commemorative video (VHS) of the banquet. (PWS 5.5.2) Well-produced commemorative video (VHS). If the deliverable is determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results will be reflected in the contractor’s past performance evaluation. 4. Deliver on time a high quality commemorative video. The Contractor shall deliver a high quality commemorative video ten (10) business days at the conclusion of the Military Awards banquet. (PWS 5.5.4) Deliver a high quality commemorative video on time. Failure to deliver the video (VHS) on time shall result in a $2,000 reduction. 5. Provide operational audio equipment, video equipment and musical instruments as listed in Section 4.0 The Contractor shall test all audio equipment to ensure operability of audio equipment. (PWS 5.4.3)The Contractor shall test all video equipment to ensure operability of video (VHS) equipment. (PWS 5.5.3)The Contractor shall coordinate with the COTR to ensure all audio equipment; video equipment and musical instruments are available to fulfill this task order listed in Section 4.0. (PWS 5.6.2) All equipment shall be tested, tuned and operational at the time of the Military Awards banquet. If equipment is determined to be missing or mal-functioning at the time of performance, the contractor shall be financially responsible for five (5) times the current market cost for rental equipment or procurement costs.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/GACS/DTCG23-04-R-HHA521/listing.html)
 
Place of Performance
Address: Hilton Walt Disney World Hotel, 1751 Hotel Plaza Boulevard, Lake Buena Vista, FL
Country: USA
 
Record
SN00527593-F 20040222/040220233643 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.