Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

G -- Auxiliary Priest

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-09-JD-2007
 
Archive Date
8/29/2009
 
Point of Contact
Elijah G. Horner, Phone: 7577642920, Janee R. Davis, Phone: 7577640504
 
E-Mail Address
elijah.horner@langley.af.mil, janee.davis@langley.af.mil
(elijah.horner@langley.af.mil, janee.davis@langley.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for FA4800-09-JD-2007. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 813110 with a $7,000,000.00 size standard. This RFQ contains 5 line items. The line item descriptions are as follows: CLIN 0001: Catholic Auxiliary Priest Period of Performance: 01 Sep 2009 - 31 Aug 2010 CLIN 1001: Catholic Auxiliary Priest Period of Performance: 01 Sep 2010 - 31 Aug 2011 CLIN 2001: Catholic Auxiliary Priest Period of Performance: 01 Sep 2011 - 31 Aug 2012 CLIN 3001: Catholic Auxiliary Priest Period of Performance: 01 Sep 2012 - 31 Aug 2013 CLIN 4001: Catholic Auxiliary Priest Period of Performance: 01 Sep 2013 - 31 Aug 2014 STATEMENT OF WORK 1.0 SCOPE OF WORK: The Contractor will assist the Catholic pastor in the ongoing ministries at Our Lady Queen of Peace Catholic Community, Langley AFB, Virginia. 2.0 HOURS/UNITS OF WORK: 2.1 In consideration of all the following duties and responsibilities, the Contractor will provide these services for which payment will be made on a monthly rate of pay not to exceed 20 hours of work per week. 3.0 CONTRACTOR GENERAL RESPONSIBILITIES: 3.1 Contractor shall celebrate regular weekday, Sunday and Holy Day masses. 3.2 Shall keep within the guidelines of worship as prescribed by the Archdiocese for Military Services (AMS). 3.3 Be professional at all times. Attire should be neat, clean and proper for worship and all ministry functions. 3.4 Provide own transportation to and from worship celebrations and pastoral duties. 3.5 Follow 1 FW/HC operating instructions for use and care of buildings and equipment. 4.0 CONTRACTOR SPECIFIC RESPONSIBILITIES: 4.1 Reports directly to Catholic Pastor/Chaplain. 4.2 Coordinates all activities with Pastoral Coordinator and/or Religious Education Director. 4.3 Celebrates weekend and weekday masses as scheduled by the Pastoral Coordinator; will also be available for the Sacrament of Reconciliation at scheduled times. 4.4 Celebrates the Sacraments of Baptism, Marriage, Anointing and Funeral Masses in accord with the directives of Archdiocese of Military Service. 4.5 Be available for counseling for active duty military and their dependents. 4.6 Provides marital counseling using FOCCUS; will also work with annulment cases. 4.7 In lieu of Catholic chaplain's presence, will be available for help and guidance to parish staff, and ministries within the parish community. 4.8 Provides for devotions, spiritual direction and Days of Recollection. All this will be in collaboration with the Religious Education Director. 4.9 Coordinates all support requirements with the Contracting Officer or the Pastoral Coordinator. 5.0 EDUCATION, EXPERIENCE, AND OTHER SIGNIFICANT QUALIFICATIONS: 5.1 Ordained for Catholic pastoral ministry. 5.2 Earned a Master of Divinity degree. 5.3 Experienced five (5) years of pastoral work. 5.4 Be willing to preach and lead worship in a military setting. 5.5 Have the approval of the AMS to perform pastoral ministry. 6.0 SECURITY REQUIREMENTS: 6.1 Physical Security: Contractor shall be responsible for safeguarding all Government property provided for use. At the end of each workday, ensure Government facility, equipment and materials are secure. 6.2 Pass and Identification: Contractor shall obtain and display all Government and contractor identification as required. Contractor shall return all Government issued identification and vehicle passes at contract expiration or termination thereof. The 1st Contracting Squadron will provide base access to all parties identified on an access authorization listing, provided by the vendor, prior to the start of any work. 6.3 Contractor will be issued a Common Access Card for accessing Government Issued computer. 6.3 Traffic Laws, Weapons, Firearms and Ammunition: Contractor shall comply with all base traffic regulations. Contractor is prohibited from possessing weapons, firearms, or ammunition on themselves or within their privately owned vehicle while on Langley AFB. 6.4 Key Control: Contractor shall safeguard and ensure Government furnished keys are not lost, misplaced, or used by unauthorized individuals. Contractor shall not duplicate any Government-furnished key and shall report immediately to the Pastoral Coordinator of lost key(s) not later than the next workday. 7.0 PRIVACY ACT: 7.2 Work on this contract may require that Contractor have access to Privacy Information. Contractor Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a, and applicable agency rules and guidance. 8.0 TRAINING: 8.1 Specialized training to enhance job skills for this position is authorized if approved by the Wing Chaplain or his designee. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. FAR 52.212-3 applies to this acquisition, requiring all offers to be registered in ORCA.bpn.gov, or to fill out the clause in its entirety. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-7, Central Contractor Registration, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses, FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Terms of the Contract, FAR 52.232-19, Availability of Funds. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All quotes must be faxed or emailed to POC SSgt Janee Davis, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW FAR 52.212-2. Evaluation will be a "Best Value" determination with Technical, Past Performance, and Price all being factors. Technical and Past Performance will be pass/fail based on compliance with the Statement of Work. Past Performance is deemed relevant and recent if it involves coordinating Priestly duties within the past three years. Quotes must be signed, dated and submitted by Friday 14 August 2009, 9:00 am, Eastern Standard Time (EST) to the 1st Contracting Squadron Attn: SSgt Janee Davis: Contract Administrator, Commercial Phone 757-764-6887, E-mail: janee.davis@langley.af.mil, Fax Number 757-225-7443. All Contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (If applicable), Date offer expires, warranty, Line Item Unit Price, and Total Cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-09-JD-2007/listing.html)
 
Place of Performance
Address: Langley AFB, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01900428-W 20090807/090806001433-2f6672d2db3240151fc00032afc073ee (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.