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 -- Liturgical Director of Music

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-0075
 
Archive Date
10/9/2008
 
Point of Contact
Cathy B Perry, Phone: 202-767-7957
 
E-Mail Address
catherine.perry@bolling.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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No, FA7012-08-T-0075. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. This is set aside for 100% small business. The North American Industry Classification System code is 711130. The small business size standard under this NAICS code is $7,000,000 annually. CONTRACT LINE ITEM NUMBERS: 0001: BASE YEAR: Nonpersonal Services: The contractor shall furnish personnel and transportation necessary to provide and coordinate all music requirements for the Bolling AFB Protestant Liturgical Worship Service at Bolling AFB, DC in accordance with the Statement of Work (SOW) below. ESTIMATED QTY: 238 UNITS, UNIT PRICE: ________, EXTENDED AMOUNT NTE: _________. Period of Performance for Base Year: 1 October 2008 through 30 September 2009. 1001: OPTION YEAR I: Nonpersonal Services: The contractor shall furnish personnel and transportation necessary to provide and coordinate all music requirements for the Bolling AFB Protestant Liturgical Worship Service at Bolling AFB, DC in accordance with the Statement of Work (SOW) below. ESTIMATED QTY: 238 UNITS, UNIT PRICE: ________, EXTENDED AMOUNT NTE: _________. Period of Performance for Option Year I: 1 October 2009 through 30 September 2010. 2001: OPTION YEAR II: Nonpersonal Services: The contractor shall furnish personnel and transportation necessary to provide and coordinate all music requirements for the Bolling AFB Protestant Liturgical Worship Service at Bolling AFB, DC in accordance with the Statement of Work (SOW) below. ESTIMATED QTY: 238 UNITS, UNIT PRICE: ________, EXTENDED AMOUNT NTE: __________. Period of Performance for Option Year II: 1 October 2010 through 30 September 2011. 3001: OPTION YEAR III: Nonpersonal Services: The contractor shall furnish personnel and transportation necessary to provide and coordinate all music requirements for the Bolling AFB Protestant Liturgical Worship Service at Bolling AFB, DC in accordance with the Statement of Work (SOW) below. ESTIMATED QTY: 238 UNITS, UNIT PRICE: ________, EXTENDED AMOUNT NTE: _________. Period of Performance for Option Year III: 1 October 2011 through 30 September 2012. DESCRIPTION OF SERVICES. 1.1 SCOPE OF WORK. The contractor shall under direction of the Contract Monitor (CM) of the Liturgical Service Chaplain furnish personnel and transportation necessary to provide and coordinate all music requirements for the BAFB Protestant Liturgical Worship Service to include the Liturgical Service Choir and guest musicians/vocalists. The CM has final decision authority regarding all music for the BAFB Protestant Liturgical Worship Service. 1.2 CONTRACTOR QUALIFICATIONS. 1.2.1 The contractor shall have at have at least two (2) years experience as director of music/ pianist/organist for Protestant liturgical services within a military chapel community or civilian church. 1.2.2 The contractor shall possess a high level of knowledge of piano/keyboard/organ. The contractor shall be able to read, play and teach traditional and contemporary liturgical music including chants, hymns and special music. 1.2.3 The contractor shall possess positive leadership skills and a willingness to follow chapel leadership. 1.2.4 The contractor shall possess knowledge of, demonstrate understanding of, and apply liturgical music repertoire appropriate to the various liturgical seasons of the Church Year. 1.2.5 The contractor shall be familiar with the issues of music coordination, thus enabling him/her to plan, troubleshoot, problem-solve, etc., in relation to the issues of performing/providing the services of a pianist/keyboardist/organist. 1.2.6 The contractor shall demonstrate musical ability. The audition will include the ability to play one song provided beforehand, and one from sheet music: 1.2.6.1 The contractor shall be able to play a piano, keyboard and organ proficiently. 1.2.6.2 The contractor shall be able to display adequate choral conduction capability. 1.2.6.3 The contractor shall be able to musically express the mood and style of a variety of music. 1.2.7 The contractor shall have at least one reference letter from previous chaplain(s)/pastor(s), military or civilian, within the last two years. 1.2.8 The contractor shall possess the interpersonal skills necessary to work in harmony with those involved in the music program, as well as other chapel staff members. 1.3 CONTRACTOR RESPONSIBILITIES. 1.3.1 The contractor shall recommend weekly preludes, hymns, choral anthems, and choral responses subject to the approval of the CM. 1.3.2 The contractor shall select, schedule, and instruct choir, vocalist(s) and/or instrumentalist(s). 1.3.3 The contractor shall uphold high ethical and moral standards. 1.3.4 The contractor shall demonstrate leadership skills that are positive and enthusiastic. 1.3.5 The contractor shall present a professional attitude and appearance. 1.3.6 The contractor shall demonstrate behavior that is appropriate and consistent with Bolling AFB Chapel staff. 1.3.7 The contractor shall work well with BAFB Chapel staff and promote a spirit of cooperation and unity. 1.3.8 The contractor shall secure CM's advice and consent for other musicians to accompany the Protestant Liturgical Worship Service or provide special music. 1.3.9 The contractor shall coordinate the use of facilities and material requirements with the chapel staff. Required facility use requests shall be completed and processed at the earliest possible date to reduce scheduling conflicts. 1.3.10 The contractor shall coordinate music program with the CM on a monthly basis. 1.3.11 The contractor shall provide the Chaplain(s) with the following items no later than the 25th of the preceding month: A list of suggested hymns; a music schedule of anthems and offertories. 1.3.12 The contractor shall maintain a high level of quality with respect to music delivery. 1.3.13 The contractor shall notify the CM when unable to attend a rehearsal or worship service at least two weeks in advance. Emergencies dealt with on a case-by-case basis. 1.3.14 The contractor's substitute contractor shall be approved by the Senior Protestant Chaplain in advance. 1.3.15 The contractor shall be willing to coordinate with the Chapel Tithes and Offerings Fund project officer in projects such as the procurement of new musical instruments or music sheets or other specific music related items. 1.3.16 The contractor shall provide a comprehensive music program each Sunday as required by the CM within the following guidelines: 1.3.16.1 The contractor shall perform as, or provide, the organist. 1.3.16.2 The contractor shall provide choral music not less than once a month or as directed by the CM (except for the months of July and August) 1.3.16.3 The contractor shall provide special offertory music (either instrumental or instrumental/vocal) each Sunday. 1.3.16.4 The contractor shall provide special musical programs as requested by the CM or Senior Protestant Chaplain or his/her designee. Special musical programs include but are not limited to cantatas, holy days, POW/MIA, National Day of Prayer, memorial services, funerals, etc. 1.3.16.5 The contractor shall report a minimum of twenty (20) minutes before worship services and a minimum of fifteen (15) minutes before rehearsals. The brief of choir/vocalist(s)/instrumentalist(s) warm ups conducted immediately before services are part of the rehearsal "unit" and are not compensated separately. 1.3.16.6 No additional rehearsals or performances will be conducted without authorization from the CM or the Senior Protestant Chaplain. 1.3.16.7 The contractor shall select, order, and purchase music after coordinating with the CM and in accordance with instructions for use of Bolling Air Force Base Chapel Tithes and Offerings Fund. All music shall be catalogued and identified as "Bolling AFB Chaplain Fund" and maintained in the music library. Copyright laws must be strictly followed. 1.3.16.8 The contractor shall be responsible for securing the facility, and any equipment used in executing this SOW, after use. 1.3.17 The contractor shall provide musical direction/support for the Protestant Liturgical Worship Service choir/congregation as required by CM. 1.3.18 The contractor shall coordinate and conduct a single weekly choir/ vocalist(s)/ instrumentalist(s) rehearsal and also a choir/ vocalist(s)/instrumentalist(s) Sunday Morning warm-up. 1.3.19 The contractor shall actively recruit music program participation. 1.3.20 The contractor shall provide musical accompaniment and support for Protestant Liturgical Worship Service. 1.3.21 The contractor shall provide musical accompaniment to quarterly Protestant Unity Worship Service as requested by the Senior Protestant Chaplain or his/her designee. 1.3.22 The contractor shall provide musical support for special services as requested (funerals, memorial services, National Day of Prayer, etc). 1.4 TIME/LOCATION FREQUENCY OF SERVICES. 1.4.1 A "unit" is the basis for compensation. 1.4.2 Compensation shall be paid based on the following "units," after the "unit" is performed/provided: 1.4.2.1 One unit (1) as the Protestant Liturgical Director of Music/Pianist for the Protestant Liturgical Worship service on Sunday. 1.4.2.2 One unit (1) as the Organist for the Protestant Liturgical Worship service on Sunday. 1.4.2.3 One unit (1) as the Protestant Liturgical Worship Service Director of Music/Pianist for one rehearsal per week. 1.4.2.4 One unit (1) as the Organist for one choir rehearsal per week. 1.4.3 In summary, this authorizes the Protestant Liturgical Worship Service Director of Music/Pianist to furnish (but not exceed) the following units of service: 1.4.3.1 (52) Director of Music/Pianist performances 1.4.3.2 (52) Director of Music/Pianist rehearsals 1.4.3.3 (15) Director of Music/Pianist special performance/rehearsals 1.4.3.4 (52) Organist performances 1.4.3.5 (52) Organist rehearsals 1.4.3.6 (15) Organist special performances/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. These utilities include heating, fuels, gas, electricity, water, sewer, class-C phone lines (for official calls only), postal distribution, refuse collection, fire and police protection and sever emergency medical. 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 may submit through Chapel Funds for reimbursement of 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. 1 ea Piano, 1 ea Keyboard, 1 ea Organ, 1 ea Microphone, 1 ea Microphone stand, 1 ea basic amplifier 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 "Thine Is the Glory" (tune Maccabeus) by George Frederick Handel on both the piano and organ and then playing an additonal song provided by the Government from sheet music both on the piano and organ. 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 (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, 52.232-18, 52.225-13, 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. 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 Jennifer.block@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 Jennifer A. Block, Contracting Specialist NLT 12:00 P.M. Eastern Standard Time (EST) on 22 September 2008. You can reach me at (202) 767-8101.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bf312edbb5c16388d88f8811a429a098&tab=core&_cview=1)
 
Place of Performance
Address: 310 Angell Street, Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01673359-W 20080919/080917221121-bf312edbb5c16388d88f8811a429a098 (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.