Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
MODIFICATION

R -- Contemporary Music Director

Notice Date
1/10/2005
 
Notice Type
Modification
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
F7382243440100
 
Response Due
1/5/2005
 
Archive Date
2/2/2005
 
Point of Contact
Rozella Johnson, Contract Specialist, Phone 843-963-5168, Fax 843-963-5183, - Gregg Anderson, Contracting Officer, Phone 843-963-5169, Fax 843-963-5183,
 
E-Mail Address
rozella.johnson@charleston.af.mil, gregg.anderson@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
****The purpose of this amendment is to extend the proposal due date from 5 Jan 05 at 1630 PM Eastern Standard Time to 18 Jan 05 at 1630 PM Eastern Standard Time. The date has been changed due to no responses on this combined/solicitation.**** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation/synopsis reference number is F7382243440100 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 711510 with a size standard of $6,000,000.00. The basic contract period is 1 Feb 05 – 30 Sep 05 with four option years. The offeror shall provide in response to this solicitation: (1) a resume detailing relevant training and experience; (2) a list of at least two recent references with contact information; (3) Pricing for 76 units (34 Worship Service units, 34 Rehearsal units, and 8 Special Service units for the basic contract period, pricing for 114 units (52 Worship Service units, 52 Rehearsal units, and 8 Special Service units for option year 1, option year 2, option year 3, and option year 4). All responsible small business sources may submit a quotation, which shall be considered by the agency. STATEMENT OF WORK: (Environment) (a) Charleston Air Force Base is a military community of active duty and retired personnel and their dependents. The Charleston chapel program is a component of the Air Force, with the responsibility to provide Air Force members and their families the opportunity to exercise their constitutional right to freedom of religion. (b) Primary duties will be performed on Charleston AFB, SC 29404 building 1005. (General) (a) This position supports the music component of the Parish Vision and Mission Statements, as identified by the Pastoral Council. The Music Program will conform to the instructions of the Air Force Chaplain Service. (b) The Contemporary Music Program for the Protestant Community will encompass the needs of the respective chaplain, congregation, and choirs. (c) Each Contemporary service and/or rehearsal will constitute one unit for payment. No more than two planning sessions worth one unit each conducted each month. (d) The base year contract contains 34 Worship Service units, 34 Rehearsal units, and 8 Special Service units that are available when required to provide special music for community, holy days, and funerals. The option years would each consist of 52 Worship Service units, 52 Rehearsal units, and 8 Special Service units that are available when required to provide special music for community, holy days, and funerals. (Contractor’s Duties and Responsibilities) (a) Successfully under go a background check completed by Charleston Air Force Base Office of Special Investigations (OSI). (b) Maintain a neat, clean, and well-groomed professional appearance and conduct self in a business-like manner. (c) Responsible for all coordination, organization, preparation, and leadership in reference to the Contemporary Music program. (d) Responsible for the execution of all directing required for effective and efficient operation of the Charleston AFB Protestant Chapel program. (e) Participate in Contemporary choir as lead vocalist. (f) Be proficient in at least one instrument, which will be played periodically for services. (g) Unlock the chapel prior to rehearsals and/or services, and securing the chapel afterwards. (h) Ensure that all music stands, microphones, microphone stands, and all other musical equipment are set-up prior to rehearsals and/or services. (i) Ensure that the annex and sanctuary are left clean and orderly upon completion of rehearsals and/or services. (j) Activate the Chapel’s sound system and ensure that volume is at an appropriate level prior to rehearsals and/or services. (k) Deactivate the Chapel’s sound system upon completion of rehearsals and/or services. (l) Be present 30 minutes prior to start time of weekly services. (m) When unable to perform services, contractor will provide qualified substitute. (n) Meet with the Protestant Chaplain periodically to discuss/review the status of the music program. (o) Responsible for leadership and development of the Contemporary choir. This will include, but is not limited to, the selection of appropriate music, sheet music, recruitment of choir members and leadership in a choir rehearsal. (p) Arrange Contemporary choir schedule to allow special rehearsals and services. (q) Observe all safety and security requirements at the designated facility. (r) Select and order music for special services. (s) Observe all appropriate copyright laws. (t) Provide any “contractor preferred” supplies and equipment, including transportation. (Time and Place of Performance) (a) Arrive 30 minutes prior to designated performance. (Government Furnished Equipment) (a) Chapel Responsibilities: The Chapel will provide an adequate sound system, microphones, microphone stands, music stands, sheet music, computer needs, drums, and other electronic equipment as deemed necessary. (b) Adequate of workspace in building 1005. END OF STATEMENT OF WORK The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/. FAR 52.212-1 –Instructions to Offerors-Commecial; FAR 52.212-2 –Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price and (2) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Past performance is more important than price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 2-3 references of your most recent projects. FAR 52.217-4 –Evaluation of Options Exercised at Time of Contract Award; FAR 52.217-5 –Evaluation of Options; and FAR 52.217-8 –Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 66 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. FAR 52.217-9 –Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years 6 months. Contractors shall include a completed copy of FAR 52.212-3 –Offerors Representation and Certifications Commercial Item. FAR 52.212-4 –Contract Terms and Condition - Commercial Items; FAR 52.212-5 –Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.219-6 –Notice of Total Small Business Set-Aside; FAR 52.222-21 –Prohibition of Segregated Facilities; FAR 52.222-26 –Equal Opportunity; FAR 52.222-35 –Affirmative Action for Disable Veterans and Veterans of the Vietnam Era; FAR 52.222-36 –Affirmative Action for Workers With Disabilities; FAR 52.222-37 –Employment Reports On Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 –Payment by Electronic Funds Transfer—Central Contractor Registration; The following additional clauses are applicable to this procurement. FAR 52.204-7 –Central Contractor Registration (CCR); DFAR 252.204-7004 Alt A-Required (CCR) Contractors not registered in CCR will be ineligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414. DFARS 252.232-7003 –Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD Form 250) and electronic invoices IAW DFAR 252.232-7003 Electronic Submission of Payment Requests. The WAWF routing information will be provided upon award. DFAR 252.246-7000 –Material Inspection and Receiving Report; DFAR 252.204-7003 –Control of Government Personnel Work Product. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 5 January 2005 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F7382243440100. Addressed to Rozella Johnson, Contract Specialist, phone 843-963-5168, fax 843-963-5183, email address rozella.johnson@charleston.af.mil or Gregg A. Anderson, Contracting Officer, phone 843-963-5169, email address gregg.anderson@charleston.af.mil. For More Business Opportunities, visit the following web sites: http://www.selltoairforce.org, http://public.charleston.amc.af.mil/orgainzations/437AW/437MSG/437CONS/index.htm and http://www.sba.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/437CONS/F7382243440100/listing.html)
 
Place of Performance
Address: Building 1005 Charleston AFB, SC
Zip Code: 29404-5021
Country: USA
 
Record
SN00732694-F 20050112/050110212834 (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.