Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

U -- Catholic Music Director - Attachment #2 - REVISED - Questions and Answers - Attachment #3 - REVISED

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-14-Q-0025
 
Archive Date
8/20/2014
 
Point of Contact
Brady Cox, Phone: 2292574712, Seth T. Shan, Phone: 229-257-3947
 
E-Mail Address
brady.cox.2@us.af.mil, seth.shan@us.af.mil
(brady.cox.2@us.af.mil, seth.shan@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment #3 - REVISED 24 Jul 14 Questions and Answers Attachment #2 - REVISED 24 Jul 14 This is a combined synopsis and 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-14-Q-0025 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) 2005-75, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2014-0421. The North American Industry Classification System (NAICS) is 813110. The small business size standard is $7.0 million. This acquisition will be set aside 100% for small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-2. Local clauses can be viewed at Attachment 2: Moody Instructions/Establishing a Minimum Wage for Contractors Clause. Description: Non-personal services to provide all personnel, transportation and services necessary for one (1) Catholic Music Director to provide worship services at Moody AFB Chapel in accordance with Attachment 1: Statement of Work (SOW). Please note that this requirement is contingent upon awarding a contract for the Catholic Priest. If the Catholic Priest is not awarded, then this requirement will not be applicable. Quotations must be submitted on Attachment 3: Pricing Schedule which indicates the period of performance for each period. FOB Point: Destination (Moody AFB, GA) Provision at FAR 52.212-1, Instruction to Offerors- Commercial items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, Telephone Number of Offeror; Name and Email address of authorized representative to discuss offer; Any discount terms and acknowledgement of all solicitation amendments (if applicable). Offerors shall insert unit prices in the attached pricing schedule and round to the nearest cent (for example $0.02 not $0.0231) and sign below indicating prices to be used. By signing, the offeror agrees with all terms, conditions, and provisions included in the solicitation. Quotations shall also contain all other documentation specified herein. Period of Acceptance of Quotation: The offeror agrees to hold the prices in its quotation firm until 01 Sep, anticipated performance start date. Late Quotations: Request for quotations or modification of quotations received at the address specified for the receipt of quotations after the exact time specified for receipt of quotations will not be considered. All offerors must be System for Award Management (SAM) registered and online representation and certification application (ORCA) must be activated. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Offerors that fail to furnish the required representation information via submission or SAM registration, or reject the terms and conditions of the RFQ, may be excluded from consideration. The below listed Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this solicitation and pursuant contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses are incorporated by reference. FAR 52.204-7 System for Award Management Jul-13 FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards Jul-13 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug-13 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations May-12 FAR 52.212-4 Contract Terms and Conditions--Commercial Items May-14 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) Jan-14 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.219-8 Utilization of Small Business Concerns Jan-11 FAR 52.219-28 Post Award Small Business Program Representation Apr-12 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity for Veterans Mar-07 FAR 52.222-36 Affirmative Action for Workers with Disabilities Oct-10 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) May-14 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-5 Alt I Pollution Prevention and Right-to-Know Information- Alternate I May-11 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.223-19 Compliance with Environmental Management Systems May-11 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.232-1 Payments Apr-84 FAR 52.232-8 Discounts for Prompt Payment Feb-02 FAR 52.232-11 Extras Apr-84 FAR 52.232-23 Assignment of Claims May-14 FAR 52.232-23 Alt I Assignment of Claims - Alternate I Apr-84 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul-13 FAR 52.233-3 Protest After Award Aug-96 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 DFARS 252.204-7006 Billing Instructions Oct-05 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun-12 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7001 Pricing Of Contract Modifications Dec-91 DFARS 252.247-7023 Transportation of Supplies by Sea - Basic Apr-14 DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Mar-00 AFFARS 5352.201-9101 Ombudsman Apr-14 AFFARS 5352.223-9001 Health and Safety on Government Installations Nov-12 The following clauses will be incorporated by reference in the pursuant contract with additional information for fill-ins as follows: FAR 52.217-8 Option to Extend Services, with blank filled in indicating "thirty (30) days" Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract, with first blank indicating "thirty (30) days"; second blank indicating "sixty (60) days"; third blank indicating "five (5) years." Mar-00 FAR 52.222-99 Establishing a Minimum Wage for Contractors (DEVIATION) Jun-14 FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 FAR 52.252-6 Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)" Apr-84 The below listed provisions apply to the RFQ only and must be printed and returned with the offeror's quote. FAR 52.209-7 Information Regarding Responsibility Matters Jul-13 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items May-14 FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items - Alternate I May-14 DFARS 252.204-7007 Alternate A, Annual Representations and Certifications Mar-14 The below listed provisions apply to the solicitation only for informational purposes and may require the Offeror to submit documentation as applicable. FAR 52.216-1 Type of Contract - fill in "Firm Fixed Price" Apr-84 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Representation and Certifications Dec-12 FAR 52.233-2 Service of Protest - fill in "23 CONS/LGCB, 4380B Alabama, B932, Moody AFB, GA 31699" Sep-06 FAR 52.252-1 Solicitation Provisions Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.209-7002 Disclosure Of Ownership or Control By A Foreign Government Jun-10 NOTE: There is not a Department of Labor Wage Determination for this requirement. Therefore, the minimum pay for an employee must be at least minimum wage. Response Time: Quotations will be accepted at the 23d Contracting Squadron located at 4380B Alabama Rd, B932, Moody AFB, GA 31699 no later than 2:00 P.M. E.S.T. on Tuesday, 05 August 2014. All quotations shall be marked with the RFQ number and title. Email quotations, sent to both points of contact, will be accepted and are encouraged; however, no facsimile quotations will be accepted. Any questions from industry must be received in writing to the primary and alternate email addresses listed below no later than COB, 22 July 2014. No official site visit will be conducted. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the offeror whose quotation is judged to represent the best value to the Government based on Price (summation of base and all option years) and Technical Factors. Technical evaluation will consist of evaluating quotes to ensure that the offeror provides a resume indicating the following: (1) Ability to read music, teach vocal music part and harmony. (2) Familiarity with a wide range of Catholic music to include the traditional, contemporary and liturgical styles. (3) Thorough knowledge of the Liturgical Theology and the Rites of the Roman Catholic Church. (4) Two or more years of experience as a choir director and be able to demonstrate proficiency on piano, keyboard, or organ. Primary Point of Contact: A1C Brady J. Cox, Email: brady.cox.2@us.af.mil, Phone: 229-257-4712. Alternate Point of Contact: TSgt Seth Shan, Email: seth.shan@us.af.mil, Phone: 229-257-4716. ATTACHMENTS: Attachment 1 - Statement of Work (SOW) (REVISED) Attachment 2 - Moody Instructions (REVISED) Attachment 3 - Pricing Schedule (REVISED)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-14-Q-0025/listing.html)
 
Place of Performance
Address: Moody AFB, Moody AFB, Georgia, 31605, United States
Zip Code: 31605
 
Record
SN03436413-W 20140726/140724235029-29657c0b2592e1b06909e7a801c808c2 (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.