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 -- 1015 Music Director

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-2002
 
Archive Date
8/29/2009
 
Point of Contact
Janee R. Davis, Phone: 7577640504, Elijah G. Horner, Phone: 7577642920
 
E-Mail Address
janee.davis@langley.af.mil, elijah.horner@langley.af.mil
(janee.davis@langley.af.mil, elijah.horner@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-2002. 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: Mid Morning (1015) Protestant Music Director Period of Performance: 01 Sep 2009 - 31 Aug 2010 CLIN 1001: Option Year 1, Mid Morning (1015) Protestant Music Director Period of Performance: 01 Sep 2010 - 31 Aug 2011 CLIN 2001: Option Year 2, Mid Morning (1015) Protestant Music Director Period of Performance: 01 Sep 2011 - 31 Aug 2012 CLIN 3001: Option Year 3, Mid Morning (1015) Protestant Music Director Period of Performance: 01 Sep 2012 - 31 Aug 2013 CLIN 4001: Option Year 4, Mid Morning (1015) Protestant Music Director Period of Performance: 01 Sep 2013 - 31 Aug 2014 STATEMENT OF WORK 1.0 SCOPE OF WORK: The Contractor shall provide musical direction and leadership for the 1015 Protestant Contemporary Service at Bethel Manor Chapel. 2.0 HOURS/UNITS OF WORK: Contractor services will be provided during Sunday worship services, normally one hour in length. Practice sessions/rehearsals will be held prior to each service at a time to be determined by the Contractor, with the approval of the Contract Officer. Special services, and practices/rehearsals for those services, are in addition to the normal weekly work units. Regular Service 52 EA Regular Rehearsals 52 EA Annual Office Hrs 12 EA Fifth Sunday Services 5 EA Fifth Sunday Rehearsals 5 EA Special Services 10 EA Special Rehearsals 10 EA ___________ Annual Total 146 EA 3.0 CONTRACTOR GENERAL RESPONSIBILITIES: 3.1 Contractor shall perform for all regularly scheduled worship services, choir rehearsals and additional services as requested by the Contracting Officer (Senior Protestant Chaplain), including, but not limited to, special chapel functions and other special services. 3.2 Follow 1 FW/HC operating instructions for use and care of buildings and equipment. 3.3 The Contractor is to coordinate all support requirements with the 1015 Chaplain Advisor and/or the Senior Protestant Chaplain. 4.0 CONTRACTOR SPECIFIC RESPONSIBILITES: 4.1 Support and assist the 1015 Chaplain Advisor in selecting appropriate music for 1015 Contemporary Worship Service. 4.2 Play keyboard and/or guitar and lead choir and congregation singing at 1015 Contemporary Worship Service at weekly choir rehearsals, regular worships, and special Holy Day services. 4.3 Work closely and in harmony with other musicians and pastoral team. 4.4 Continually upgrade the music library and repertoires used in the service for both the choir and the congregation. 4.5 Recruit volunteer musicians and choir members, and provide special services when required. 4.6 Must have at least one year of managerial or business experience in subcontracting funds. 4.7 The Director of Music will follow all 1 FW/HC Operating Instructions for proper administrative and care of buildings and equipment. 4.8 Must ensure that all facilities are properly secured after use. 4.9 Must maintain model decorum with special attention to dress and conduct themselves in a manner appropriate for religious services and programs. 5.0 EDUCATION, EXPERIENCE, AND OTHER SIGNIFICANT QUALIFICATIONS: 5.1 Ability to read music and perform accompaniment with organ, piano and/or keyboard. 5.2 Have a minimum of 2 years experience with a church and/or chapel program leading congregational singing and working with Protestant Contemporary celebrations. 5.3 Have at least 1 year experience playing for a choir that sings Contemporary style of worship music. Be familiar with, understand and play musical parts, soprano, alto, bass, tenor, etc. 5.4 Provide professional musical accompaniment at worship services, choir rehearsals, and at special services for the 1015 Contemporary Worship Service Choir on piano, organ, and/or keyboard. 5.5 Understand and able to play various forms of music that are appropriate for a Protestant Contemporary worship service. 5.6 Demonstrated proficiency in the skills listed above. Work in conjunction with other musicians and pastoral team to continually upgrade the music library and repertoires used in the parish. 5.7 Contractor should have a basic understanding of military protocol and possess the ability to communicate effectively with a diverse population. 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 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 proper. 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 Parish Coordinator of lost key(s) not later than the next workday. 6.5 The Contractor must have the proper criminal history background checks before receiving the contract to include the National Agency Check Investigation (NACI) and a State Criminal History Repositories (SCHR) and an Installation Records Check which includes Medical Records check and Security Police check. Forms to be completed are: 6.5.1 Form 2583-Installation Files Check 6.5.2 Form 389-2-National Agency Check 6.5.3 State Criminal History Repositories Check Please see the Security Manager for the forms. Forms will be returned to the Security Manager, who will initiate the process. The Contractor may be permitted to work under the terms of the contract before completion of the background check. Only upon favorable completion of the checks will the Contractor be able to continue the contract. 7.0 GOVERNMENT FURNISHED EQUIPMENT AND SERVICES: 7.1 The Government shall furnish all equipment (microphones, keyboard, organ and other associated sound system equipment) necessary for the performance of duties. The Contractor shall be responsible for safeguarding all equipment. 8.0 PRIVACY ACT: 8.1 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. 9.0 OTHER ABSENCES: The Contractor shall notify the Contracting Officer or Quality Assurance Evaluator when absences will occur. Contractor will be responsible to insure their contract services will be performed by a substitute of equal or higher proficiency, who is approved in advance by the QAE or Contract Officer. 10.0 DEFINITIONS: 10.1 CONTRACTING OFFICER: A person with authority to enter into, administer, and/or terminate contracts, in addition to making related determinations and findings on behalf of the United States Government. 10.2 QUALITY ASSURANCE PERSONNEL (QAP): A person assigned by the Government to inspect and accept services. 11.0 TRAINING: 11.1 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 Music directing and leadership within the past three years. Offerors determined technically acceptable will be asked to perform an audition in front of a panel at the chapel on Monday, 17 August 2009. Specific times will be arranged after receipt of quotation. Required musical pieces and rating criteria for this audition will be given to those judged technically acceptable. 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-2002/listing.html)
 
Place of Performance
Address: Langley AFB Chapel, Hampton, Virginia, 23606, United States
Zip Code: 23606
 
Record
SN01900438-W 20090807/090806001440-501d9f53cfbb76d96e87cff8e93950e1 (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.