Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
SOLICITATION NOTICE

G -- Chapel Musician Services - Statement of work - DFARS 252.209-7999

Notice Date
9/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2K0AC4189A004
 
Archive Date
10/10/2014
 
Point of Contact
Kory A. Koski, Phone: 5058461153, Elizabeth H Sanchez, Phone: (505) 853-7505
 
E-Mail Address
kory.koski@kirtland.af.mil, elizabeth.sanchez@kirtland.af.mil
(kory.koski@kirtland.af.mil, elizabeth.sanchez@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7999 Statement of work Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and authorized by FAR Part 13, 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 requirement is set-aside 100% small business. The NAICS Code for this synopsis/solicitation is 711130. Size Standard: $11M Solicitation /Purchase Requisition Number F2K0AC4189A004 is issued as a Request for Quote (RFQ) in accordance with FAR Subpart 13.5. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76, 25 Aug 2014. The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following (for each position description see PWS dated 4 September 14): CLIN 0001: Protestant Parish Music Director, Qty: 12 Unit of Issue: Months Period of Performance: 1 October 14 - 30 September 15 CLIN 0002: Protestant Musician, Qty: 12 Unit of Issue: Months Period of Performance: 1 October 14 - 30 September 15 CLIN 0003: Catholic Parish Music Director, Qty 12 Unit of Issue: Months Period of Performance: 1 October 14 - 30 September 15 CLIN 0004: Catholic Parish Musician, Qty: 12 Unit of Issue: Months Period of Performance: 1 October 14 - 30 September 15 CLIN 0001: Protestant Parish Music Director, Qty: 12 Unit of Issue: Months Option 1 Period of Performance: 1 October 15 - 30 Sept 16 CLIN 0002: Protestant Musician, Qty: 12 Unit of Issue: Months Option 1 Period of Performance: 1 October 15 - 30 September 16 CLIN 0003: Catholic Parish Music Director, Qty: 12 Unit of Issue: Months Option 1 Period of Performance: 1 October 15 - 30 September 16 CLIN 0004: Catholic Parish Musician, Qty: 12 Unit of Issue: Months Option 1 Period of Performance: 1 October 15 - 30 September 16 CLIN 0001: Protestant Parish Music Director, Qty: 6 Unit of Issue: Months 6 month extension: Period of Performance: 1 October 16 - 30 March 17 CLIN 0002: Protestant Musician, Qty: 6 Unit of Issue: Months 6 month extension, Period of Performance: 1 October 16 - 30 March 17 CLIN 0003: Catholic Parish Music Director, Qty: 6 Unit of Issue: Months 6 month extension, Period of Performance: 1 October 16 - 30 March 17 CLIN 0004: Catholic Parish Musician, Qty: 6 Unit of Issue: Months 6 month extension, Period of Performance: 1 October 16 - 30 March 17 Desired Delivery Date: 90 Days ARO FOB: Destination Inspection and Acceptance: Destination In accordance with FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of lowest price technically acceptable. Technical acceptability is determined by conformance with each CLIN specified and no negative information reported in FAPIIS report card. The lowest priced quote will be evaluated first. Offerors will be evaluated in accordance with Far 13.106-2. In accordance with FAR 13.106(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. Offers may be submitted via: mail to AFNWC/PZIB, ATTN: SSgt Kory Koski, 8500 Gibson Blvd, SE, Bldg 20202, Rm. 137, Kirtland AFB, NM 87117; fax to (505) 846-115 ATTN: SSgt Kory Koski; or email to kory.koski@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to received payment for products/services rendered to the Government as the result of an award. If you are not registered, you may register through the SAM website at https://www.sam.gov. All payments are to be paid via the internet through the Wide Are Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt 1, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33] FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management FAR 52.222-41, Service Contract Act of 1965, As Amended FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-52, Exemption from Application of Service Contract Act to Contracts for Certain Services - Certification FAR 52.222-17, Nondisplacement of Qualified Workers FAR 52.237-11 Accepting and Dispensing of $1 Coin FAR 52.215-1, Instructions to Offerors-Competitive Acquisition FAR 52.216-1, Type of Contract FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.246-4, Inspection of Services-Fixed-Price FAR 52.252-5, Authorized Deviations in Provisions DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alt A, System for Award Management DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-O0004)(Oct 2013) DFARS 252.223-7004, Drug-Free Work Force DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7007, Limitation of Government's Obligation DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232.7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments FAR 52.252-1, Solicitation Provisions Incorporated by Reference Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated by Reference 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://farsite.hill.af.mil/ FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K0AC4189A004/listing.html)
 
Place of Performance
Address: Kirtland Air Force Base, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03505190-W 20140912/140910235945-13844bb35c57eff892944c32293d74df (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.