Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
MODIFICATION

R -- Gospel Service Music Director

Notice Date
1/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P0HC9182A006
 
Archive Date
2/17/2010
 
Point of Contact
Tamara N. Toner, Phone: 01638522384, Alan D Rose, Phone: 44 1638 52 1221
 
E-Mail Address
tamara.toner@lakenheath.af.mil, alan.rose@lakenheath.af.mil
(tamara.toner@lakenheath.af.mil, alan.rose@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F2P0HC9182A006 Posted Date: Jan 15, 2010 Original Response Date: Feb 02, 2010 Classification Code: 86 -Religious Organization Federal Supply Code: 8661-Religious Organizations, Contracting Office Address Department of the Air Force, Air Force United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270 Description 1. COMBINED SYNOPSIS/SOLICITATION - (74 units) RAFL Gospel Service Music Director (IAW attached Performance Work Statement). I. 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a request for quote (RFQ) for performance at RAF Lakenheath Base Chapel, UK. Submit written quotes (to include a price quote for ALL NUMBERED ITEMS) on RFQ reference number F2P0HC9182A006. III. This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-38. IV. Due to the overseas location this solicitation will be for full and open competition. The FSC code for this requirement is 8661. V. This combined synopsis/solicitation is for the following commercial item(s): ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Base Year 0001 Weekly Performances Sep 09 - Oct 10 30 Unit tiny_mce_marker____________ tiny_mce_marker__________ 0002 Weekly Rehearsals Sep 09 - Oct 10 30 Unit tiny_mce_marker__________ tiny_mce_marker_________ 0003 Special Performances Sep 09 - Oct 10 7 Unit tiny_mce_marker__________ tiny_mce_marker__________ 0004 Special Rehearsals Sep 09 - Oct 10 7 Unit tiny_mce_marker___________ tiny_mce_marker__________ Total tiny_mce_marker____________ Option Year 1 1001 Weekly Performances Sep 10- Oct 11 52 Unit tiny_mce_marker____________ tiny_mce_marker__________ 1002 Weekly Rehearsals Sep 10 - Oct 11 52 Unit tiny_mce_marker__________ tiny_mce_marker_________ 1003 Special Performances Sep 10 - Oct 11 10 Unit tiny_mce_marker__________ tiny_mce_marker_________ 1004 Special Rehearsals Sep 10 - Oct 11 10 Unit tiny_mce_marker__________ tiny_mce_marker_________ Total tiny_mce_marker____________ Option Year 2 2001 Weekly Performances Sep 11 - Oct 12 52 Unit tiny_mce_marker________ tiny_mce_marker________ tiny_mce_marker___________ tiny_mce_marker__________ 2002 Weekly Rehearsals Sep 11- Oct 12 52 Unit tiny_mce_marker__________ tiny_mce_marker_________ 2003 Special Performances Sep 11 - Oct 12 10 Unit tiny_mce_marker__________ tiny_mce_marker_________ 2004 Special Rehearsals Sep 11 - Oct 12 10 Unit tiny_mce_marker__________ tiny_mce_marker_________ Total tiny_mce_marker___________ VI. Description of requirements for the items to be acquired is found in the statement of work. VII. Service to be performed on dates specified. VIII. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. IX. IAW FAR 13.206, A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest price technically acceptable. X. As required by FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2009), the offeror must complete the Online Representations and Certifications Application (ORCA). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. XII. FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Dec 2009) (Deviation). XIII. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 31 months. (End of clause) XIV. The following clauses are also applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; 252.204-7004 Alt A, Required Central Contractor Registration; DRAFS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225-7042, Authorization to Perform; 252.229-7000, Invoices Exclusive of Taxes or Duties; 252.229-7006, Value Added Tax Exclusion (United Kingdom); 252.229-7008, Relief from Import Duty (United Kingdom); 252.232-7003, Electronic Submission of Payment Requests; 252.233-7001, Choice of Law (Overseas) XV. Quotes are required to be received no later than 11:00 am EST, Eastern Standard or 4:00 pm GMT, Greenwich Mean Time, Tuesday Feb 02, 2010, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; technical specifications; statement that ORCA has been completed (see para X above). Quotes shall be delivered via email to Tamara.Toner@lakenheath.af.mil. XVI. Point of Contact Please direct any questions regarding this solicitation to Tamara Toner, Contract Specialist at Tamara.Toner@lakenheath.af.mil, Phone (011) (44) 1638 522384. Place of Performance Address: 48 FW/HC, BLDG 990, Unit 5210, Box 60, RAF LAKENHEATH Postal Code: IP27 9PN Country: UNITED KINGDOM STATEMENT OF WORK RAF Lakenheath (RAFL) Fiscal Year 2010 2. Contract Position Title. Gospel Service Music Director 3. Scope of Responsibilities. To provide music director services for the Gospel Service to enhance the worship atmosphere. Responsible for developing and directing all choirs associated with the Gospel Service. Also, per request, provides music director services for special service scheduled throughout the year. 4. Education and Experience. 4.1. Experience as a church music director; having a minimum of two (2) years experience in directing adult choirs and/or youth choirs is preferred. 4.2. Demonstrate proficiency skills through an audition/interview prior to the awarding of the contract. 4.3. Training in voice, instrumental or a combination of both is preferred. 4.4. Must demonstrate an ability to coordinate and work with the Senior Protestant Chaplain, the Chaplain assigned to lead the worship service, and the Chapel Staff as a whole. 4.5. Possess the ability to tailor music to meet the worship needs of the service and the Chaplain assigned to lead the worship service. 5. Duties and Responsibilities. 5.1. General Responsibilities. The contractor will 5.1.1. Meet weekly with the chaplain responsible for the service 5.1.2. Provide music leadership for the service to include but not specifically limited to: 5.1.2.1. direct the choir(s); 5.1.2.2. provide and coordinating special music; 5.1.2.3. develop, implement, coordinate and evaluate the music program for the service. 5.1.3. Arrive at least thirty (30) minutes prior to the start of each service to oversee setup, and depart after all service clean up has been accomplished. 5.1.4. Perform at least one (1) rehearsal per service. Rehearsals will be held at the RAF Lakenheath Chapel (Bldg. 990). All dates and times for rehearsals will be coordinated with the chaplain assigned to the service, including special and holiday event services. 5.1.5. Furnish a yearly budget for music, folders and other supplies each June to the chaplain assigned to the service. 5.1.6. Submit requests for music supplies (i.e. scores, song sheets, folders, etc) in writing to the chaplain responsible for the service supplies in a timely manner (generally at least 60 days). 5.1.7. The contractor will comply with all applicable Air Force and local instructions for financial management and accounting, facility use, maintenance and security, etc., all of which are available upon request. 5.2. Leave of Absence/Sub-Contracting 5.2.1. Contractor shall provide a list of substitute contract personnel. Names of substitutes and credentials shall be provided within 30 calendar days of being awarded contract in order to accomplish background checks. 5.2.2. The Wing Chaplain or his/her designated representative should be notified at least 14 days before any leave of absence that would prevent the contractor from personally performing the services. A substitute will be used, however the substitute must be approved by the Wing Chaplain or his/her designated representative prior to the services being performed. 5.2.3. The Wing Chaplain or his/her designated representative reserves the right to refuse the services of such a substitute if he/she is deemed unqualified. 5.3. Equipment and Supplies. 5.3.1. Music Equipment 5.3.1.1. Baby Grand Piano 5.3.1.2. Organ 5.3.2. Sound System Equipment 5.3.2.1. Microphones (Wireless and Corded) 5.3.2.2. Music Stands 5.3.2.3. Microphone Stands 5.3.3. Music 5.3.3.1. All hymnals, sheet music and missals 5.3.4. Government owned equipment will not be removed from the Chapel without written authorization from the Wing Chaplain or his/her designated representative. 5.3.5. Individual arranges for facility use, equipment and supply needs in accord with local policy and procedures, ensures coordination and security for facilities, equipment and/or materials used in the program. 5.4. Safety and Security. 5.4.1. Contractor will need to be familiar with and implement fire and safety practices in accordance with AFI 91-301 to prevent accidents and preserve the life and health of him/her and any personnel performing or in any way affected by the performance of this contract. 5.4.2. Contractor will be familiar with and comply with all security procedures to include ensuring all chapel facilities are properly secured, doors and windows locked, and lights turned off when leaving the building when no other chapel personnel are present. 5.5. Key Control. 5.5.1. The contractor will ensure that all facilities used are properly secured, doors and windows locked upon departure when a chapel staff member is not present. 5.5.2. Contractor shall be responsible for keys provided and keys shall not be duplicated 5.5.3. All keys will be returned on revocation of this contract. 5.5.4. Contractor shall report any duplicated, lost or misplaced keys upon discovery of the occurrence. 5.6. Background Checks. 5.6.1. Contractor shall submit completed personnel background check applications within twenty (20) working days after award date to the chapel background check program manager for processing. It is mandatory that all contractors working with children under the age of eighteen (18) have a background investigation. This is in compliance with Public Law 101-64, Section 231 (Crime Control Act of 1990 and Department of Defense Instruction (DoDI) 1402.5, Criminal History Background Checks on Individuals in Child Care Service Position, 19 Jan 93). An adverse finding from this investigation at any time will result in termination of services. 6. Period of Service and Session/Units. This position will require no more than 74 sessions during the contract period, 1 March 2010 to 30 September 2010. Each session is categorized into one of four different units: weekly service, weekly rehearsal, special service performance, and special rehearsals. A unit consists of a one hour rehearsal or service performance, plus appropriate and necessary setup and clean up time. 6.1. The maximum units will be: 30 Weekly Services (ex: Weekly Sunday Worship Service) 30 Weekly Rehearsals (ex: Weekly Choir Rehearsal) 7 Special Services (ex: Memorial Service, Ely Cathedral Service, etc.) 7 Special Rehearsals (example: Any required rehearsals for special service) 74 TOTAL (contractor shall not exceed) 5.1.1. The contractor will only support special services after permission has been given by the Senior Faith Group Chaplain or NCOIC, Chapel Operations. 7. Quality Assurance. The Quality Assurance Evaluator (QAE) for this contract is the Worship Service Chaplain. The Wing Chaplain will serve as the alternate QAE. Any grievance by the Contractor should be resolved at the lowest level. The chain of command is as follows: 7.1. The contracting officer or his/her representative. 7.2. QAE will monitor and inspect the contractor's performance. 7.3. Contractor will be notified in writing of all noncompliance work and will be given an opportunity to correct, if possible, nonconforming work. 7.4. Contractor will be given an opportunity to respond in writing to any notice of noncompliance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P0HC9182A006/listing.html)
 
Place of Performance
Address: RAF Lakenheath, United Kingdom
 
Record
SN02046869-W 20100123/100121235326-b4703ad2d7fd92fa7898904f320f712a (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.