Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

R -- Chaplain Services: 1. Clergy to Provide Roman Catholic Svcs 2. Catholic Parish Coordinator Svcsfor USAG Stuttgart during the period 01 Oct 2009 - 30 Sep 2010 & 1 Option year.

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
ACA, RCO Seckenheim, Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
 
ZIP Code
09266-0509
 
Solicitation Number
W912PE09TCHAPLAIN_SVS
 
Response Due
9/15/2009
 
Archive Date
11/14/2009
 
Point of Contact
Heinz Flatzek, 0711-7292-934
 
E-Mail Address
ACA, RCO Seckenheim
(heinz.flatzek@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of commercial services prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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. The closing date is 15 September 2009 @ 10:00 AM Stuttgart/Germany local time. The solicitation number is W912PE-09-T-Chaplain_Svs is issued as a request for quotation (RFQ) for two (2) different contractor positions with the US Army Garrison Stuttgart (USAG). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-23. The NAICS code is 813110. The solicitation will be issued as a full and open competitive procurement. The RCO Stuttgart, 409th Contracting Support Brigade (Europe) intends to award multiple firm fixed-price (FFP) contracts; number of awards will be the Contracting Officers determination. The Period of Performance for each contract is: Base Period: 1 October 2009 through 30 September 2010, Option Period 1: 1 October 2010 through 31 September 2011. Line Item Numbers applicable to this solicitation are: Line itemDescriptionSessions Contractor Position #1: Clergy to Provide Roman Catholic Services, Stuttgart 0001On-Call Worship Services (Mass) 57 Sessions 0002Provide Opportunity for Confession 19 Sessions 0003Provide Sacraments in all On-Call Emergency 19 Sessions For the Option Year: 0001On-Call Worship Services (Mass) 57 Sessions 0002Provide Opportunity for Confession 19 Sessions 0003Provide Sacraments in all On-Call Emergency 19 Sessions Contractor Position #2: Catholic Parish Coordinator Services, Stuttgart 0001 Coordinate liturgical cycle IAW canon law and Archdiocesan norms 120 Sessions 0002Coordinate Sacramental Requirements 24 Sessions 0003Administrative Support Functions 180 Sessions 0004Meet with COR / POC 60 Sessions For the Option Year: 0001 Coordinate liturgical cycle IAW canon law and Archdiocesan norms 120 Sessions 0002Coordinate Sacramental Requirements 24 Sessions 0003Administrative Support Functions 180 Sessions 0004Meet with COR / POC 60 Sessions Addendum to FAR 52.212-1 affected are shown below: (b) is modified to add the following requirements for submission in response to this solicitation. INSTRUCTIONS FOR PROPOSAL SUBMISSION. 1. Since it is the Governments intent to award without discussions, per FAR 52.212-12-1(g), offerors are cautioned to examine this solicitation in its entirety and to ensure that their proposal contains all necessary information, provides all required documentation, and is complete in all respects. 2. Any exceptions that you make to any of the line items and conditions of the offer must be stated in a separate letter of transmittal that is to accompany your offer. The person signing the proposal must initial any erasures, cross outs or changes made. All information should be typed or neatly printed in ink. Exceptions, as offered, if accepted by the Government, become part of the contract. 3. Offers submitted in response to this solicitation must delete, or by explicit language exclude, any conditions (preprinted or otherwise) appearing on the offerors letterhead or on the reverse thereof which may be in conflict with any of the general special conditions contained in this solicitation. Failure to eliminate such conflicting conditions may result in the rejection of the proposal as unacceptable as such offer would not conform to this solicitation. 4. The request does not commit the Government to pay any costs incurred in the preparation and submission of your proposal/bid or in making any necessary studies for the preparation thereof or for any visit the Contracting Officer may request for the purpose of clarification of the proposal or for preparation for negotiations. 5. Submit any questions regarding the solicitation by email to Mr. Heinz Flatzek, Contract Specialist, email: heinz.flatzek@eur.army.mil. The applicable Specifications paragraph number or solicitation reference shall precede questions. Answers to questions will be posted under the solicitation number in FedBizOpps. Offerors are responsible to watch the web site for postings and amendments, answers to questions, and other instructions/information, if any. 6.PROPOSAL PREPARATION Part A - The Offer, consisting of the following: 1) RFQ number 2) Name, address, e-mail, telephone number of point of contact of offeror 3) CLIN Pricing 4) Proposals must be submitted in Microsoft Word or PDF format These documents represent promises which bind the offeror to the terms of the proposed contract. Part B - Resume Part C - One paragraph each detailing how you meet the requirements of 5.2. to 5.2.3 of the Statement of Work. Those that do not submit this additional information will be considered an unresponsive offeror and will not be considered further. 3.The proposal must be received by the designated date and time shown, to the address shown below. The Government shall not be held liable for offers not received. Offers may be submitted by facsimile or by email to: FAX: (0)711-729-4408 Email: heinz.flatzek@eur.army.mil Telephone: (0)711-729-2934 (End of Addenda) 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) (a) The Government shall award a contract resulting from this RFQ to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical 2. Price Lowest Priced, Technically Acceptable (LPTA) is the evaluation method to be used. All offers will either receive a Pass or Fail rating for each of the evaluation criteria stated in the Statement of Work (SOW), section 5.2 Qualifications of Personnel. Failure to meet one or more of these criteria shall result in an unawardable Fail rating and shall be excluded from further consideration. Meeting or exceeding all requirements shall result in a technically acceptable rating. Technical: To be considered Technically Acceptable you must meet the in accordance with the Statement of Work. **Any vendor listed on the www.epls.gov (Excluded Parties Listing) is prohibited from receiving Government Awards regardless of technical and pricing factor results. Price: Those offers that are deemed technically acceptable will then be evaluated on price. The award will then be offered to the offeror that is technically acceptable and has the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Pricing information shall be included in the blanks associated with the respective line item numbers (CLINS) in the combined synopsis/solicitation. A price analysis shall be conducted by the Government to determine reasonableness and realism. Satisfactory competition shall satisfy the reasonableness determination. Price realism assesses how realistic an offerors price matches their technical proposal Any proposal that does not meet all of the solicitation requirements will be rejected as nonresponsive and is un-awardable. The following FAR clauses and provisions apply to this acquisition: 52.252-1 -- Solicitation Provisions Incorporated by Reference, 52.212-1 Instructions to Offerors Commercial Items, 52.212-3 Offerors Representations and CertificationsCommercial Items, 52.204-7 Central Contractor Registration, 52.212-3 Offeror Representations and Certifications Commercial Items (Jun 2008), 52.212-4 Contract Terms and ConditionsCommercial Items, Addendum to 52.212-4, 52.232-1 Payment, 52.245-9 Use and Charges, 252.204-7003 Control of Government Personnel Work Product, 252.222-7002 Compliance with Local Labor Laws (Overseas), 252-225-7042 Authorization to Perform, 252.225-7043 Aniterrorism/Force Protection Policy for Defense Contractor Outside the United States, 252.229-7000 Invoices Exclusive of Taxes or Duties, 252.232-7003 Electronic Submission of Payment Requests and Receiving Report, 252.232-7008 Assignment of Claims (Overseas), 252.233-7001 Choice of Law (Overseas), 252.243-7001 Pricing of Contract Modifications, 52.212-5 Contract Terms and Conditions Required to implement statutes or executive orders Commercial Items (Jun 2008), 52.217-5 Evaluation of Options (Jul 1990), 52.217-8 Option to extend Services (Nov 1999), 52.217-9 Option to extend the term of the contract ( Mar 2000), 52.252-1 Solicitation provisions incorporated by reference (Feb 1998), 52.252-2 Clauses incorporated by reference (Feb 1998), 252.201-7000 Contracting Officers Representative (Dec 1991), 252.204-7006 Billing Instructions (Oct 2005), 252.212-7001 Contract Terms and Conditions required to implement statues or executive orders applicable to defense acquisition of Commercial Items (Mar 2008), 252.225-7041 Correspondence in English (June 1997), CCE 204-4000 U.S. and Host National Holidays (March 2005), CCE 204-4008 Background Checks U.S. and Host Nation Contractors (Germany) (March 2005), CCE 225-4000 Authorization to perform Services in Germany (March 2005), CCE 225-4001 Installation Clearance Requirements (March 2005), CCE 232-4001 Foreign Vendors requesting Payment via Electronic Funds Transfer (March 2005)CCE 237-4000 Contractor Identification Requirement (March 2005). The complete text of any or all of the clauses/provisions effective on the day of the latest Federal/Defense Acquisition Circular is also available electronically from the following websites: http://farsite.hill.af.mil/ and/or http://www.arnet.gov/far/. Electronic Transmission - offers in response to this RFQ, including the written technical representation and pricing, shall be submitted via email to birgit.deluca@eur.army.mil. For information regarding this combined synopsis/solicitation and to receive the Statement of Work (SOW) for the position you are interested in, contact Heinz Flatzek at 0711-729-2934 or at email heinz.flatzek@eur.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABN/DABN03/W912PE09TCHAPLAIN_SVS/listing.html)
 
Place of Performance
Address: ACA, RCO Seckenheim Attn: AEUCC-S, Unit 29331, APO AE
Zip Code: 09266-0509
 
Record
SN01926539-W 20090827/090826001938-b5c7190f26b11d318179a4c2e3cb4700 (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.