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 Religious Education Coordinator

Notice Date
9/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
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-0080
 
Response Due
9/24/2008 4:30:00 PM
 
Archive Date
10/9/2008
 
Point of Contact
Kenneth J Hawkins, Phone: 202-404-7771, Matthew P Walton,, Phone: 202-767-7956
 
E-Mail Address
kenneth.hawkins@bolling.af.mil, matthew.walton@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: 1) TO DELETE THE CLAUSE FAR 52.232-19. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. 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 is issued as a Request for Quotation (RFQ) No. FA7012-08-T-0080. 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 611710 with a size standard of $7 Million. CLIN 0001 (BASE YEAR): The contractor shall provide services as the protestant religious education coordinator 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): The contractor shall provide services as the protestant religious education coordinator 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): The contractor shall provide services as the protestant religious education coordinator 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): The contractor shall provide services as the protestant religious education coordinator 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 assist the Senior Protestant Chaplain /or designee in the administration, planning, and coordination of the Protestant Religious Education programs and activities for the Protestant Chapel community of Bolling AFB, D.C. 1.2 CONTRACTOR QUALIFICATIONS. 1.2.1 The contractor shall have two (2) years experience as a parish coordinator or possess other extensive experience in administration, program coordination, chapel program volunteer work, or customer service work. 1.2.2 The contractor shall have a high school diploma with some college preferred (Business Administration, Secretarial/Computer Skills, Management, English) 1.2.3 The contractor shall work well with others and maintain a high level of customer service, professional appearance and possess good communications and public relations skills. 1.2.4 The contractor shall be a self-starter and possess competency in planning, coordination, and administration. 1.2.5 The contractor shall possess computer skills with a working knowledge of: Microsoft Word, Excel, Outlook, Power Point and Desktop Publishing. 1.2.6 The contractor shall be proficient in the use of the following: copy machine, fax machine, telephone voice mail, and audio-visual equipment. 1.2.7 The contractor shall serve as a Project Officer in charge of specific projects as mentioned in 1.3.1 below (being reimbursed for authorized expenses). 1.2.8 The contractor shall submit a resume and provide three references. 1.2.9 The contractor shall pass a local background investigation check (required for working with children). 1.3 CONTRACTOR RESPONSIBILITIES. 1.3.1 The contractor shall plan, coordinate, implement, oversee and evaluate the Protestant Religious Education Program as directed including: Sunday School, Children's Church, a mid-week children's after-school program, Chapel sponsored Bible studies/classes, discussion groups, Vacation Bible School (VBS) and other meetings or activities dealing with religious education. 1.3.2 Contractor involvement with Religious Education (RE) teachers and volunteers: 1.3.2.1 The contractor shall recruit and supervise teachers and other staff members. 1.3.2.2 The contractor shall work closely with teachers and volunteer staff. 1.3.2.3 The contractor shall visit class rooms on Sunday mornings. 1.3.2.4 The contractor shall provide encouragement to teachers and volunteers. 1.3.2.5 The contractor shall notify teachers of appropriate chapel activities. 1.3.2.6 The contractor shall procure material and supplies needed by teachers 1.3.2.7 The contractor shall plan annual teacher's dedication Sunday. 1.3.2.8 The contractor shall initiate local background investigation checks 1.3.2.9 The contractor shall plan, coordinate and schedule retreats, training courses and teacher meetings for edification, education and inspiration of the teachers and other staff members. 1.3.2.10 The contractor shall plan and supervise the annual teacher training. 1.3.3 Contractor Administration and Coordination. 1.3.3.1 The contractor shall keep a record of teacher training. 1.3.3.2 The contractor shall compile and maintain a continuity file on each RE program/event. 1.3.3.3 The contractor shall review, order, maintain and distribute RE supplies, media and literature. 1.3.3.4 The contractor shall keep records of students and teachers on appropriate Air Force forms and provide statistical input for AF 1270, with all Religious Education data. 1.3.3.5 The contractor shall coordinate with the Protestant Program coordinator or designated Chaplain Assistant to publicize Religious Education programs and events. 1.3.3.6 The contractor shall attend staff meetings to coordinate and maintain programming between the RE department and the Wing Chapel and Protestant program. 1.3.3.7 The contractor shall meet with chaplains to coordinate matters related to religious education and to inform them of issues pertinent to the RE department. The RE Chaplain must approve all fund, reproduction, publicity and facility scheduling requests. 1.3.3.8 The contractor shall adhere to chapel program policies regarding objectives, curriculum, awards, recognition, promotions, teacher training and recruiting, worship, discipline, use and care of facility and property, etc. 1.3.3.9 The contractor shall assist the RE Chaplain in preparing the annual budget. 1.3.3.10 The contractor shall insure careful, accurate and sensitive administration of the RE department in regards to planning and organization, follow-through, and coordination so that a unified and quality program results. 1.3.3.11 The contractor shall maintain adequate communication and cooperation with the Catholic Religious Education Coordinator concerning programs, facilities, equipment, etc. 1.3.3.12 The contractor shall act as a resource person for all education programs (example: children's church, Protestant Youth of the Chapel, Chapel sponsored Bible studies, children's choir, etc.) 1.3.3.13 The contractor shall maintain Religious Education Media Library. 1.3.3.14 The contractor shall safeguard Personal Identifying Information (PII). 1.3.3.15 The contractor maintains neat and orderly work area. 1.3.3.16 The contractor shall maintain Professional Development: Attends at least one religious education, training workshop annually. 1.4. TIME/LOCATION FREQUENCY OF SERVICES. The Contractor shall work a minimum of 20 hours per week, with a flexible schedule, and a minimum of two days a week at the Chapel Center, during normal duty hours (0730-1630). Works on Sundays, setting up, coordinating, and shutdown of Sunday School. Is available for mid-week children's after school program, and periodic special Religious Education programs. Attends other meetings or activities as required by the Protestant Religious Education Chaplain or Wing Chaplain. 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 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 APPENDIX - GOVERNMENT FURNISHED EUPIMENT AND SUPPLY LIST Government Furnished Equipment and Supply List Qty Unit of Issue Shared office (13'10" x 9'6") 1 ea Office desk 1 ea Office chair 1 ea Computer with monitor, keyboard, and mouse 1 ea Shared B&W laser printer 1 ea Telephone with dedicated phone number (Class C) 1 ea 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. EVALUATION PROCEDURES: The Government will select the best overall offer based on lowest priced technically acceptable quotation. 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 requirement. Only those Offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. 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. 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 herby 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, 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, 52.225-13, 52.223-5, 52.223-6, 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, 2525.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring 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, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.225-50, 52.232-33, 52.233-3, 52.233-4 apply to this acquisition. 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. Quotations must be received by 4:30 P.M. Eastern Standard Time (EST) on 24 Sep 08. 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 kenneth.hawkins@bolling.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 Kenneth Hawkins, Contract Specialist, at phone (202) 404-7771 no later than 22 Sep 08, 12:00pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=12c0f67bea18fc561dbe3c1793c8da96&tab=core&_cview=1)
 
Place of Performance
Address: 310 Angell St., Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01673397-W 20080919/080917221211-12c0f67bea18fc561dbe3c1793c8da96 (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.