Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

G -- VA-255-09-RQ-0575, Pianist/Musician Services, VAMC, Kansas City, MO

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of Veterans Affairs, VA Heartland Network, Department of Veterans Affairs Heartland Network, VISN 15 Contracting (Eastern);VA Medical Center;#1 Jefferson Barracks Drive;St. Louis, Mo 63125-4199
 
ZIP Code
63125-4199
 
Solicitation Number
VA-255-09-RQ-0575
 
Response Due
8/28/2009
 
Archive Date
9/12/2009
 
Point of Contact
Karen Munroe, Contracting OfficerPhone: 314-894-6610, Fax: 314-894-6589<br />
 
E-Mail Address
Contracting Officer
(karen.munroe@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
VA-255-09-RQ-0575, Pianist Services, VA Medical Center, Kansas City, MO This is a combined synopsis/solicitation for commercial services prepared in accordance with format in 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 will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is VA-255-09-RQ-0575 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36. The North American Industry Classification System code for this acquisition is 711130, Musicians, Independent, with a size standard of $7.0 Million. This acquisition is a 100% Small Business Set Aside. This is a Firm, Fixed Price procurement and will be procured using commercial item procedures and award will be based on price and technical factors described herein. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and services necessary to perform ecumenical piano/organ music for non-denominational Religious services every Sunday at the VA Medical Center, 4801 Linwood Blvd, Kansas City, MO 64128. Piano/Organ music shall be played for approx. thirty (30) minutes on the Psychiatric Ward from 8:30-9:00 a.m. and for approx. sixty (60) minutes in the Chapel from 9:00 10:00 a.m. Contractor shall be present fifteen (15) minutes (8:15 - 8:30 am) prior to performing for the purpose of practice and preparation. The piano/organ and electric keyboard shall be furnished by the VA Medical Center. The resulting contract shall be effective 10/1/09 through 9/30/10 with option to renew four (4) additional one year periods at the option of the Government. Qualifications: (a) Contractor shall be the ability to read music and play the piano/organ/electronic keyboard; (b) Contractor shall have a minimum of one (1) year experience in the performance and/or accompaniment of music for ecumenical services; (c) Contractor shall furnish a resume including academic and music-related references; (d) Contractor shall be positive, self-directed, and motivated and be able to interface well with a variety of people. Past performance shall assess candidates relevant and recent experience to ensure performance factors are met by any applicant. Poor past job performance or an inability to work in a team environment is cause to not consider an applicant even if the applicant is the only bidder. Services shall be paid monthly in arrears upon submission of proper invoice. In accordance with FAR Clause 52.232-18, Availability of Funds, funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor received notice of such availability, to be confirmed in writing by the Contracting Officer. CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-36. FAR 52.212-4, Contract Terms and Conditions Commercial Items (March 2009) Addenda to 52-212-4: the following clauses apply to this acquisition: FAR 52.232.35, Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999) VAAR 852-203-70, Commercial Advertising (Jan 2008) VAAR 852-237-70, Contractor Responsibilities (Apr 1984) (fill in State of Missouri) VAAR 852.203-71. Display of VA Hotline Poster (Dec 1992) FAR 52-212-5. Contract Terms and Conditions required to Implement Statutes of Executive Orders Commercial Items (Jun 2009), inclusive of: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52-219-28. Post Award Small Business Rerepresentation (April 2009) 52.222-3, Convict Labor (June 2003); 52.222-21. Prohibition of Segregated Facilities (Feb 1999); 52.222-26. Equal Opportunity (Mar 2007); 52-222-50, Combating Trafficking in Persons (Aug 2007) 52.225-1, Buy American Act Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52-232-34. Payment by Electronic Funds Transfer Other than Central Contractor Registration (May 1999); ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. FAR 52.212-1. Instructions to Offerors Commercial Items (Jun 2008) Addenda to FAR 52-212-1: The following clauses apply to this acquisition: FAR 52-216-1, Type of Contract (fill in Firm Fixed Price) (Apr 1984) FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer (May 1999) FAR 52-212-2. Evaluation Commercial Items (Jan 1999) Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 Evaluation Factors. Evaluation may be made with or without discussions with the offeror. The following factors shall be used to evaluate offers: (i) technical capability of the service(s) offered to meet the Government requirement as stated in this synopsis; (ii) past performance; and (iii) price. Technical proposal includes candidate resume and may require an audition. Past performance letter of reference shall be included in the proposal and is deemed recent if it is within a three (3) year period and relevant if it references candidates musical skill. The Government will make an award to the responsible offeror whose offer conforms to the solicitation and is the provides the best value to the Government. Technical capability and past performance are equal and slightly more important than price. Note: All offerors must be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.fov/login.aspx for information regarding the Online Representation and Certification Application process. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Jul 2009) Offeror must include a completed copy of this provision with its offer or submit annual representation and certifications electronically at http://orca.bpn.gov. All questions must be submitted via e-mail to Karen.Munroe@va.gov by August 28, 2009, 4:00 p.m. CST. Responsible firms may submit a written response to this notice. Oral proposals will not be accepted. The VA intends to award a firm-fixed price contract to the offeror whose proposal represents the best value to the Government, price and other factors considered. Submit all price, technical proposal including references to Attn: Karen Munroe (90AA/JB), VA Medical Center, #1 Jefferson Barracks Drive, St. Louis, MO 63125 by the due date of August 28, 2009. Proposals may also be faxed to 314-894-6589 or via e-mail to Karen.Munroe@va.gov. Proposals must identify the solicitation number, VA-255-09-RQ-0575, on all correspondence submitted. Confirmation that electronic (fax or e-mail) transmittal has been received is the responsibility of the Offeror. ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13. Test Program: This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA-255-09-RQ-0575/listing.html)
 
Place of Performance
Address: VA Medical Center;4801 Linwood Blvd.;Kansas City;Missouri<br />
Zip Code: 64128<br />
 
Record
SN01914759-W 20090819/090818001808-d60db53e7a6c88c7bf47e9ae3a297d0f (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.