T B C Solutions Inc. www.tbcsolutions.com
  M O B I S Schedule F S S

QUICK INFORMATION

Contact

Jeff Holt

JKHolt@tbcsolutions.com

(865) 621-9306

Address

PO Box 7054

Oak Ridge, TN 37831

DUNS

14-076-8909

GSA

GS-10F0245P, GS-02F-0103W

NAICS

541611, 541618

115300

General Services Administration
Federal Supply Service
Authorized Federal Supply Schedule Price List

On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order is available through GSA Advantage! TM, a menu-driven database system. The Internet address for GSA Advantage!TM is:
http://www.GSAAdvantage.gov

Schedule for - Publication Media

Federal Supply Group:
  076 3
Class: F499
Contract Number:
  GS-02F-0103W  

 

 

For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at http://www.fss.gsa.gov

Contract Period: January 22, 2010 through January 22, 2015

Contractor: TBC Solutions, Inc. Business Size:
    Small, Service-disabled, Veteran-Owned
  PO Box 7054  
  Oak Ridge, TN 37831  
     
Telephone: (865) 621-9306  
Web Site: www.tbcsolutions.com  
E-Mail: JKHolt@tbcsolutions.com  

Contract Administration: Jeff Holt

CUSTOMER INFORMATION:

1a. Table of Awarded Special Item Number(s) with appropriate cross-reference to page numbers: SIN 076-3: Editorial, Publishing, and Library Media Services

TBC Solutions has over 12 years of experience providing writing and editing services, and has provided those services for the past 5 years to numerous federal government agencies and prime contractors. Specific services provided by TBC Solutions during previous consulting projects have included the following:

  • Taking scientific information and re-writing it for a more general audience.
  • Development of style and format guides for the preparation of various document types including procedures, instructions, and manuals.
  • Technical writing and editing of books, reports, research studies, general manuscripts, procedures, instructions, and presentations for accuracy, consistency, readability, grammar, spelling, punctuation, sentence and paragraph construction, and usage of acronyms.
  • Copyediting, proofreading, indexing, researching, fact-checking, and outlining all types of documents.
  • Preparation of graphics, tables, photographic images, maps, statistics, and illustrations incorporated into professional publications.
  • Preparation (design and layout) of final reports, procedures, instructions, manuals, and presentations for hard copy and electronic distribution to clients, including both print and electronically published media.

Some past documents produced include:
• U.S. Department of the Interior Performance and Accountability Highlights (DOI Office of the Secretary)
• A Collaborative Approach for Reducing Wildland Fire Risks to Communities and the Environment (Office of Wildland Fire Coordination)
• Comprehensive National Strategy for Use of Aviation Resources in Wildland Fire Management (Office of Wildland Fire Coordination)
• 2006 Bureau of Indian Affairs Performance and Accountability Report (Indian Affairs)
• 2007 Bureau of Indian Affairs Performance and Accountability Report (Indian Affairs)
• High Reliability Operations (B&W Pantex)
• Causal Factors Analysis (B&W Pantex)
• Region 1 Wildland Fire Management Program Review (FWS, National Interagency Fire Center)
• Region 5 Wildland Fire Management Program Review (FWS, National Interagency Fire Center)
• Region 6 Wildland Fire Management Program Review (FWS, National Interagency Fire Center)
• Region 8 Wildland Fire Management Program Review (FWS, National Interagency Fire Center)
• Draft Comprehensive Conservation Plan and Environmental Assessment, Sullys Hill (FWS, Region 6)
• Comprehensive Conservation Plan, Sullys Hill (FWS Region 6)
• Draft Comprehensive Conservation Plan and Environmental Assessment, Red Rock Lakes (FWS, Region 6)
• National Indian Programs Training Center Strategic Plan 2009-2012 (National Indian Programs Training Center)

1b. Identification of the lowest priced model number and lowest unit price for that model for each special item number awarded in the contract. This price is the Government price based on a unit of one, exclusive of any quantity/dollar volume, prompt payment, or any other concession affecting price. Those contracts that have unit prices based on the geographic location of the customer, should show the range of the lowest price, and cite the areas to which the prices apply. N/A

1c. If the Contractor is proposing hourly rates a description of all corresponding commercial job titles, experience, functional responsibility and education for those types of employees or subcontractors who will perform services shall be provided. If hourly rates are N/A, indicate "N/A" for this item.

Government Awarded Prices (Net Prices)

Labor Category Name

Unit

Hourly
Option Year 1-2010

Hourly
Option Year 2-2011

Hourly
Option Year 3-2012

Hourly
Option Year 4-2013

Hourly
Option Year 5-2014

SIN No. 760-3

 

 

 

 

 

 

Project Manager

N/A

$102.22

$106.31

$110.56

$114.98

$119.58

Quality Officer

N/A

$78.73

$81.88

$85.15

$88.56

$92.10

Graphic Artist

N/A

$74.84

$77.83

$80.95

$84.18

$87.55

Indexing Specialist

N/A

$74.84

$77.83

$80.95

$84.18

$87.55

Senior Technical Writer/Editor/Researcher

N/A

$67.72

$70.43

$73.25

$76.18

$79.22

Junior Technical Writer/Editor

N/A

$36.44

$37.90

$39.41

$40.99

$42.63

Production/Design Layout Specialist

N/A

$36.44

$37.90

$39.41

$40.99

$42.63

TBC Solutions, Inc.
Professional Labor Categories and Descriptions

Cat#

Labor Category

Job Description

1

Project Manager

Plans, conducts, and manages projects. Develops and implements plan for work assignment performance, including the project staff. Responsible for day-to-day management of project activities including oversight of staff work activities. Supplies technical advice and counsel to staff during work perfomance. Maintains the work assignment technical project file. Ensures that security of customer documentation is maintained, and the documentation is destroyed in an appropriate manner after use. Responsible for tracking and reporting of technical, financial, and quality performance to Project Director. Serves as the primary point of contact for customer technical representatives. Requires Masters Degree or 2 Bachelors Degrees OR 10 or more years experience.

2

Quality Officer

Responsible for overall administration and implementation of the corporate QA/QC program. Works with project management personnel to define QA/QC objectives and goals for work assignments based on customer and corporate quality requirements. Conducts QA/QC training for work assignment staff. Develops and conducts quality assurance surveillances and audits for work assignments. Prepares and distributes quality assessment reports to project management personnel to stop work whenever work assignment quality is jeopardized. Maintains the work assignment quality project file. Requires Masters Degree or 2 Bachelors Degrees and 5 years experience OR 10 or more years experience.

3

Graphic Artist

Plans and conducts elements of work assignments related to preparation of graphics, tables, photographic images, maps, and illustrations as directed by the Project Manager. Works with other work assignment staff to establish formatting requirements for graphical elements. Requires Bachelors Degree OR 10 years or more experience and demonstrated knowledge regarding the use of Commercial Off the Shelf (COTS) graphics and word processing software applications.

4

Indexing Specialist

Creates indexes for textbooks. Requires Bachelors Degree
OR 10 years or more experience and demonstrated knowledge regarding the use of Commercial Off the Shelf (COTS) indexing software applications.

5

Senior Technical Writer/Editor/Researcher

Plans and conducts work assignments as directed by the Project Manager. Responsible for providing senior level leadership to subordinate staff personnel during performance of work assignments. Responsible for writing or editing of work assignment deliverables including review for accuracy, consistency, readability, grammar, spelling, punctuation, sentence and paragraph construction, and usage of acronyms. Responsible for understanding and writing for the intended audience of the document. Often will be required to gather material from numerous authors and rewrite it so that it has one voice. Resolves customer comments on draft versions. Requires Bachelors Degree OR 10 years or more experience.

6

Junior Technical Writer/Editor

Plans and conducts work assignments as directed by the Project Manager and/or Senior Technical Writeres/Editors. Responsible for writing and editing of work assignments for accuracy, consistency, readability, grammar, spelling, punctuation, sentence and paragraph construction, and usage of acronyms. Often will be responsible for proofreading. Requires 2 or more years experience.

7

Production/Design Layout Specialist

Produces draft and final graphical elements in required electronic format. Works with printer to ensure quality of print work is maintained. Prepares templates and lays out text and graphics in a printed document. Requires 5 years or more experience and demonstrated knowledge regarding the use of Commercial Off the Shelf (COTS) graphics and word processing software applications.

 

2. Maximum order: $1,000,000.00

3. Minimum order: $300.00

4. Geographic Coverage (delivery Area): Domestic only

5. Point(s) of production (city, county, and state or foreign country): Same as company address

6. Discount from list prices or statement of net price: Government net prices (discounts already deducted)

7. Quantity discounts: None Offered

8. Prompt payment terms: Net 30 days

9a. Notification that Government purchase cards are accepted at or below the micro-purchase threshold: Yes

9b. Notification whether Government purchase cards are accepted or not accepted above the micro-purchase threshold: Will Accept Over $2,500

10. Foreign items (list items by country or origin): None

11a. Time of Delivery (Contractor insert number of days): Specified on the Task Order

11b. Expedited Delivery. The Contractor will insert the sentence "Items available for expedited delivery are noted in this price list." Under this heading. The Contractor may use a symbol of its choosing to highlight items in its price list that have expedited delivery: Contact Contractor

11c. Overnight and 2-day delivery. The Contractor will indicate whether overnight and 2-day delivery are available. Also, the Contractor will indicate that the schedule customer may contact the Contractor for rates for overnight and 2-day delivery: Contact Contractor

11d. Urgent Requirements. The Contractor will note in its price list the "Urgent Requirements" clause of its contract and advise agencies that they can also contact the Contractor's representative to effect a faster delivery: Contact Contractor

12. F.O.B. Point(s): Destination

13a. Ordering Address(es): Same as company address

13b. Ordering procedures: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA's), and a sample BPA can be found at the GSA/FSS Schedule homepage (fss.gsa.gov/schedules).

14. Payment address(es): TBC Solutions, Inc., PO Box 7054, Oak Ridge, TN 37831

15. Warranty provision: Contractor's standard commercial warranty

16. Export Packing Charges (if applicable): N/A

17. Terms and conditions of Government purchase card acceptance (any thresholds above the micro-purchase level): Contact Contractor

18. Terms and conditions of rental, maintenance, and repair (if applicable): N/A

19. Terms and conditions of installation (if applicable): N/A

20. Terms and conditions of repair parts indicating date of parts price lists and any discounts from list prices (if applicable): N/A

20a. Terms and conditions for any other services (if applicable): N/A

21. List of service and distribution points (if applicable): N/A

22. List of participating dealers (if applicable): N/A

23. Preventive maintenance (if applicable): N/A

24a. Special attributes such as environmental attributes, (e.g., recycled content, energy efficiency, and/or reduced pollutants): N/A

24b. If applicable, indicate that Section 508 compliance information is available on Electronic and Information Technology (EIT) supplies and services and show where full details can be found (e.g. contractor's website or other location.) The EIT standards can be found at: www.Section508.gov/. N/A

25. Data Universal Numbering System (DUNS) number: 14-076-8909

26. Notification regarding registration in Central Contractor Registration (CCR) database: Registered

Contractor will accept LH and FFP