Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

G -- Protestant Praise and Worship Team Leader

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
FA7012-08-T-0083
 
Archive Date
10/9/2008
 
Point of Contact
Dallas T Moore, Phone: 202-404-7962
 
E-Mail Address
dallas.moore@afncr.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotations are being requested and a written solicitation will not be issued. This solicitation for a Protestant Praise and Worship Team Leader is issued as a Request for Quotation (RFQ) No. FA7012-08-T-0083. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Bolling Air Force Base is looking for a protestant religious education coordinator. This is set aside 100% for small business concerns. The North American Industry Classification System code (NAICS) is 711130 with a size standard of $7 Million. CLIN 0001 (BASE YEAR): NON PERSONAL SERVICES: The contractor shall provide services as the Protestant praise and worship team leader in accordance with the attached performance work statement. Base period of performance is from October 1, 2008 through September 30, 2009. QTY: 12 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 1001 (OPTION YEAR 1): NON PERSONAL SERVICES: The contractor shall provide services as the Protestant praise and worship team leader in accordance with the attached performance work statement. Option year period 1 runs from October 1, 2009 through September 30, 2010. QTY: 12 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 2001 (OPTION YEAR 2): NON PERSONAL SERVICES: The contractor shall provide services as the Protestant praise and worship team leader in accordance with the attached performance work statement. Option year period 2 runs from October 1, 2010 through September 30, 2011. QTY: 12 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 3001 (OPTION YEAR 3): NON PERSONAL SERVICES: The contractor shall provide services as the Protestant praise and worship team leader in accordance with the attached performance work statement. Option year period 3 runs from October 1, 2011 through September 30, 2012. QTY: 12 months, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. 1.0 DESCRIPTION OF SERVICES. 1.1 SCOPE OF WORK. The contractor shall furnish personnel and transportation necessary to a provide and coordinate all music requirements for the 1100 Praise and Worship Team and participate in other special services as detailed below by the Senior Protestant Chaplain or his/her authorized representative/designee referred to as the Chaplian in Charge. 1.2 CONTRACTOR QUALIFICATIONS. 1.2.1 The contractor shall have at least two (2) years experience in the capacity of Praise and Worship Team Leader. 1.2.2 The contractor shall be able to teach and train others in the importance and value of the music ministry. 1.2.3 The contractor shall work well with others and maintain a high level of customer service, professional appearance and possess good communication and public relations skills. 1.2.4 The contractor shall possess and demonstrate a high knowledge of guitar, keyboard and sound production equipment. 1.2.4 The contractor shall be albe to play a piano, keyboard and organ proficiently. 1.2.6 The contractor shall possess a strong familiarity with a wide variety of Contemporary Christian music and Praise Teams and be able to work well with other musicians. 1.2.7 The contractor shall be able to sing, play and teach contemporary Christian praise music as well as lead the singing of traditional hymns. 1.2.8 The contractor shall be comfortable with praying in public. 1.2.9 The contractor shall possess positive leadership skills and a willingness to follow chapel leadership. 1.2.10 The contractor shall pass a local background investigation check (required for working with children). 1.2.11 The contractor must demonstrate musical ability. 1.3 CONTRACTOR RESPONSIBILITIES. 1.3.1 The contractor shall direct the Praise and Worship Team and provide appropriate musical accompaniment and vocal music leadership for the Protestant Praise Service as required by the Chaplain-in-Charge. 1.3.2 The contractor shall coordinate with the Praise Service Music Director in supporting other elements of the Praise Service as directed by the Chaplain-in-Charge. 1.3.3 The contractor shall provide music and/or leads Praise Service Praise Team for quarterly Unity Services and special event as coordinated with the Senior Protestant Chaplain. 1.3.4 The contractor shall provide the Chaplain-in-Charge with a list of songs recommended to be used in a given month by the 1st day of the preceding month. For example a list of songs to be used in November will be submitted by the first (1st) day of October. The Chaplain-in-Charge will have the final approval of all songs and music. 1.3.5 The contractor shall recruit and select Praise Team instrumentalists and vocalists in coordination with Chaplain-in-Charge. Chaplain-in-Charge has the final decision on Praise Team composition. 1.3.6 The contractor shall mentor assisting musicians and vocalists. 1.3.7 The contractor shall coordinate with the Chaplain in Charge for time and places for all musical rehearsals and arranging for access to the chapel property. 1.3.8 The contractor shall notify the Chaplain-in-Charge when unable to attend rehearsal or worship service, at least two weeks in advance. If unable to perform scheduled services, he/she may provide an equally or higher qualified replacement with the prior approval of the Chaplain-in-Charge. Notice of substitution must be given within a minimum of 48 hours prior to the scheduled service unless an emergency arises. In cases of an emergency, he/she will provide notice as soon as possible. The contractor will be responsible for payment to any authorized substitute. 1.3.9 The contractor shall demonstrate behavior that is appropriate and consistent with Bolling Chapel staff. 1.3.10 The contractor shall work well with Chapel staff and promote a spirit of cooperation and unity. 1.3.11 The contractor shall safeguard building security if issued access to Chapel facilities. 1.4. TIME/LOCATION, FREQUENCY OF SERVICES: The following is accounted as a "unit" of services: 1.4.1 The contractor shall conduct each Sunday Protestant Praise Service which currently meets at Chapel Two, weekly at 11:00 A.M not to exceed fifty-two (52) weeks per year. 1.4.2 The contractor shall conduct weekly Praise and Worship Team rehearsal as coordinated with the CM not to exceed fifty-two (52) weeks per year. 1.4.3 The contractor shall conduct quarterly Protestant Unity Services held on Sunday mornings at various locations on Bolling AFB not to exceed four (4) weeks per year. 1.4.4 The contractor shall conduct special events, such as memorial services, funerals, conferences, etc., not to exceed eight (8) weeks per year. 1.4.5 When directed by the Chaplain in Charge the contractor shall provide technical support, such as coordinating with audio-visual technicians, not to exceed an hour per unit with a maximum of four (4) weeks per year. 1.4.6 The contractor shall be in place not less than twenty (20) minutes in advance for all worship and special services for coordination with the Chaplain-in-charge, audio-visual support, and warm-up with musicians and vocalists; however, this time does not constitute a "unit" for rehearsal. 2.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES. Government furnished property; facility and equipment are listed in Appendix 3.0. 2.1 Government-Furnished Utilities. The government will furnish utilities for the operation of the facilities provide and all musician equipment listed in Appendix 3.0. 2.2 Conservation of Utilities. The contractor shall ensure employees practice utilities conservation. The contractor shall operate under conditions that prevent the waste of utilities to include; turning off lights and water faucets when not in use. 2.3 Government Owned. The contractor shall be responsible for operating the government owned equipment. Should any item require repair or replacement due to negligence, the contractor shall be responsible for all such repairs or replacement at no cost to the government. All equipment shall be used only in the performance of this contract. 2.4 The contractor will submit funds request for any special supplies needed to perform services in the PWS not provided under 2.1 above. 3.0. Appendix. Government Furnished Equipment and Supply List: The governmet will provide one (1) each of the following: keyboard, piano, organ, basic amplifier. Additionally, the government will provide access to a photocopier during duty hours. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. ADDENDUM TO FAR CLAUSE 52.212.-1, INSTRUCTIONS TO OFFERORS -COMMERCIAL ITEMS (OCT 2003) Paragraph (d), product samples; add subparagragh(1) read: All offerors will be required to perform an (AUDITION), the offerors will be notified of the time and place for the audition after the closeing date of the solicitation. The audition will consist of playing "Holy Is The Lord" (2003) by Chris Tomlin and Louie Giglio and then playing an additonal song provided by the Government from sheet music both on the piano and guitar. FAR 52.212-2, Evalution-Commercial Items applies to this acquisition. The Government will select the best overall offer based on Technical Capability and Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the evaluation criteria outlined at FAR 52.212-2 of the solicitation entitled "Evaluation-Commercial Items. The Government will evaluate proposals based on the following factors, listed in descending order of importance; Technical Capability and Price. The Government will not make an award at a significantly higher overall cost to achieve slightly superior performance. The government seeks to award to the offeror that will best meet or exceed the requirements affordably. Only those offerors that conformed to the solicitation either initially or as a result of discussions, will be considered for award. While the evaluation team and the contracting officer will strive for maximum objectivity, the selection process, by its nature, is subjective and, therefore, professional judgment is implicit throughout the entire process. The following factors shall be used to evaluate offers: Factor 1 - Technical Capability (i) The Government will assess the relevance and breadth of the Offeror's experience and qualification based on the information required in SOW para 1.2.1 and 1.2.7. (ii) The quality of Offeror's audition as outlined in SOW para 1.2.11. (iii) Offerors are to note that, in conducting this assessment, the Government reserves the right to use both data provided by the offeror and data obtained from other sources. Factor 2 - Price (i) This factor will evaluate the cost proposal to determine price analysis and price reasonableness of the proposed total evaluated price. (ii) An offeror's proposed price will be determined by multiplying the quantities identified in the Price Schedule by the proposed unit price for each Contract Line Item Number (CLIN) to confirm the extended amount for each CLIN. The price will be totaled to determine the overall estimated price to be evaluated. Offerors are specifically advised that, under this evaluation method, the government may determine that an offer is unacceptable if the prices are unbalanced. Prices are unbalanced if they are significantly overstated or understated in relation to the actual cost of the work. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. (iii) Options. The Government will evaluate offers for award purposes by adding the estimated total price for all options to the estimated total price for the basic year requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.214-31: (f)(1) 202-767-7896(f)(2) Sharp, FO-DC600, 52.214-34, 52.214-35, 52.217-5, 52.217-8: 30 days, 52.217-9: (a) 15 days; 60 days (c) 48 months, 52.223-5, 52.223-6, 52.225-13, 52.232-18, 52.237-2, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.232-7003, 252.243-7001, 252.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andres AFB, Camp Springs, MD 20762, phone #301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-50, 52.232-33, 52.233-3 and 52.233-4. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow (WAWF). You can register at https://wawf.ef.mil/index.html. All quotations must be received by 4:00 P.M. Eastern Standard Time (EST) on 24 September 2008. Quotations can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032, faxed to (202) 767-7887 or e-mailed to dallas.moore@afncr.af.mil. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed in writing to Dallas Moore, Contracting Specialist or by phone at (202) 404-7962 NLT 12:00 P.M. Eastern Standard Time (EST) on 22 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=37ed1354d3725f6777b66179a8629ea9&tab=core&_cview=1)
 
Place of Performance
Address: Bolling AFB, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01673262-W 20080919/080917220911-37ed1354d3725f6777b66179a8629ea9 (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  © 1994-2020, Loren Data Corp.