Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

R -- Protestant Worship Leader

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
 
ZIP Code
22060-5134
 
Solicitation Number
W91QV1-17-R-4857
 
Archive Date
10/14/2017
 
Point of Contact
Victoria Harper, Phone: 7038064841
 
E-Mail Address
victoria.f.harper.civ@mail.mil
(victoria.f.harper.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 by Mission and Installation Contracting Command, Fort Belvoir (MICC-FB) in support of the Chaplain's Office in Fort Myer, VA for the following: Protestant Worship Leader. This combined synopsis/solicitation constitutes the only solicitation that will be issued. The combined synopsis/solicitation number for this RFP is W91QV1-17-R-4857. This requirement is for a Base Year and (two) 12 month option years. This combined synopsis/solicitation incorporates provisions and clauses. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation System can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfdfara.htm (DFARS). The North American Industrial Classification System Code is 813110 with the small business size standard of $7.5 million. This acquisition is set-aside 100% for small businesses. In order to be considered for an award, an offeror must have completed electronic annual representations and certifications at System for Award Management (SAM) accessed via https://www.acquisition.gov in accordance with FAR 4.1201(a). The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the SAM to submit proposal and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Any questions concerning this solicitation shall be submitted to the contracting office via email to Victoria Harper @ Victoria.f.harper.civ@mail.mil. Emailed or hand delivered proposals must be received on or before September 29, 2017 by 10:00 a.m. Eastern Standard Time. The Government will award a single Firm-Fixed Price contract resulting from this solicitation to the responsible/responsive vendor whose proposal conforms to the solicitation and the Performance Work Statement. Proposal Schedule BASE YEAR Estimated Period of Performance: 30 September 2017 - 29 September 2018 0001. Protestant Worship Leader-Base Year, QTY 1, Unit of Issue - JOB, Unit Price and Total Price 0002. CMR-Base Year, Unit of Issue-JOB, Unit Price and Total Price OPTION YEAR ONE (1) Estimated Period of Performance: 30 September 2018 - 29 September 2019 1001. Protestant Worship Leader -OY1-QTY 1, Unit of Issue - JOB, Unit Price and Total Price 1002. CMR-OY1, Unit of Issue-JOB, Unit Price and Total Price OPTION YEAR TWO (2) Estimated Period of Performance: 30 September 2019 - 29 September 2020 2001. Protestant Worship Leader -OY2, Unit of Issue-QTY 1, Unit of Issue - JOB, Unit Price and Total Price 2002. CMR-OY2, Unit of Issue-JOB, Unit Price and Total Price Performance Work Statement for Protestant Worship Leader General Information 1. GENERAL: This is a non-personnel services contract to perform as a Protestant Worship Leader to support the Protestant Communities at Joint Base Myer-Henderson Hall on a weekly basis, consisting of approximately 10 hours per week.) The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Musician is not a member of the Chapel or Installation Chaplain's Office Staff. 1.1. SCOPE OF WORK. The contractor shall facilitate the communal, public worship life ensuring full and active participation of the assembly by planning, administering, and evaluating quality music and worship experiences in collaboration with the Protestant and Gospel Service Chaplains, Chaplain Assistants and Civilian workforce. Will primarily play piano and a Hammond B-3 Organ, may also play Korg M-I Synthesizer, and other related keyboard electronic instruments as required, for religious services. 1.2. QUALIFICATIONS. The contractor shall possess the following minimum qualifications: (1) Experience as a music director in church worship settings, with extensive (5+ years) experience on piano or musical instruments appropriate for worship, working with and directing small musical ensembles and choirs. (2) Master's degree in Sacred Music or Church Music is required. (3) Must have professional and spiritual understanding of church music (4) Basic computer skills using email and word processing. (5) Ability to honor and maintain a high level of confidentiality. (6) Team player, pastoral and welcoming attitude. (7) Have excellent interpersonal skills. (8) Audition is required for the primary contractor. 1.2.1. CONTRACTOR PERSONNEL. a. Competency of Contractor Personnel. All services under this contract are to be performed by an adult. Applicants must be willing to undergo a background check. The Contractor shall be fully qualified to perform the required services without any supervision or direction by government personnel. b. Contractor Points of Contact. The Contractor shall provide the Contracting Officer with the names of a primary and alternate point of contact with email and telephone numbers, in case of emergency. 1.3. PERIOD OF PERFORMANCE: The period of performance shall consist of a base period (12 months) and two one-year option periods. 1.4. QUALITY CONTROL. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he/she assures himself/herself that his/her work complies with the requirement of the contract. 1.5. QUALITY ASSURANCE. The government will evaluate the contractor's performance under this contract in accordance with their Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government will do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. 1.6.1. SECURITY REQUIREMENTS. The contractor shall pass a security background investigation in accordance with Public Law101-647, Section 231 (Crime Control Act of 1990 and DODI 1402.5, Criminal History Background Checks on Individuals in Child Care Services Positions) and/or provide documentation of current background investigation. The contractor shall provide written documentation to support all the required qualifications stated above prior to award. The contractor shall assume all costs involved in this screening. 1.7. HOURS OF OPERATION. The contractor shall provide required products/services on an as needed basis during the current period of performance to include 156 Protestant Services (Sundays at 0745, 1030, and 1200), and 104 rehearsals. 1.8. CONSERVATION OF UTILITIES. The contractor shall observe and follow all pertinent US Army and Department of Defense (DOD) directives regarding the conservation of utilities and energy. 1.9. CONDUCT. The contractor shall not, through his/her conduct or behavior, engage in activities, which negatively reflect on the office for which the Contractor will perform services for the community. Contractor shall maintain a neat, well-groomed, professional appearance at all times. Contractor shall conduct all business and discussion in a professional manner, maintain decorum and language conducive to the conduction of business in a government setting. 2. DESIGNATION OF CONTRACTING OFFICERS REPRESENTATIVE (COR). Chaplain or the JBM-HH Deputy Garrison Chaplain is designated as the POC for this requirement. The COR is not authorized to change any provision of the specifications/contract. Any changes to the terms and conditions of the contract shall be made via contract modification issued by the contracting office and signed by a Contracting Officer. The presence or absence of a COR does not relieve the Contractor from any requirements of the contract. 3. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT AND SERVICES. a. Office and equipment. The Government shall furnish chapel space and musical equipment at Joint Base Myer-Henderson Hall Chapels for worship services and rehearsals. b. Utilities. The Government shall provide all utilities, such as electrical and water, to perform the services required by the contract, at the site of delivery of the services on Federal property. The Government will not make any modifications to utility outlets to accommodate Contractor's equipment. c. The Government shall not furnish the Contractor with government living quarters, office space. 4. CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all services and equipment required to perform work under this contract that are not listed under Part 3 of this PWS. 5. CONTRACTOR RESPONSIBILITIES. a. The Contractor is solely responsible for all tax liabilities. No provision are implied or provided in this contract for any benefits such as medical care, retirement, or worker's compensation. This is a Non- Personal service contract. b. The Contractor shall regard personal information on all applicants, volunteers, and participants as confidential. As required by public laws and military regulations, the Contractor shall divulge information of illegal activities to the proper authorities. c. The Contractor shall present a neat, well-groomed appearance appropriate for chapel worship services during all times while he/she is performing services under this contract. d. The contractor will direct the following musicians: (1) Sunday 0745 special musicians, as requested (2) Sunday, 1030 Musical Ensemble (3) Sunday, 1200 Musical Ensemble e. Essential responsibilities will include: (1) Provides music by playing for Sunday 0745, 1030, and 1200 (Gospel) services. (2) Develops and directs annual musical calendar, plans services in consultation with Protestant Chaplains and Religious Education Coordinator. (3) Coordinates and coaches all persons involved with music ministry. (4) In consultation with Protestant Chaplains, Pastoral Council and Finance Committee, prepares and manages expenditures that have been approved for liturgy and music. (5) With input of Protestant and Gospel Community leadership, provides periodic evaluations of the quality of the worship celebrations. (6) Coordinates the scheduling of all music ministers f. Special Liturgical responsibilities will include: (1) Potentially provides music for para-liturgical services such as Advent or Lenten Concerts/services. (2) Develops assembly repertoire for musical ensembles. (3) Prepares needed resources for musicians. (4) Invites, motivates and trains music ministers. (5) With Protestant and Gospel Chaplains, educates Worship Community members and serves as resource in matters of understanding, sensitivity and planning. (6) Keeps abreast of developments in musical practice and trends, while maintaining a substantial level of doctrine in music, in conjunction with Army Chaplain Corps regulations policy. (7) Maintains a library with current resource material (8) Provides guidance in matters of music. (9) Provides continuing education for musicians. (10)May occasionally attend Chapel Staff Meetings weekly (Wednesdays at 9:30 AM) at their discretion, or as required for coordination. 6. ADMINISTRATION. Administration for the purpose of this contract is the completion of reports, government forms, and other input that may be required for each contract product service. a) Document of Work/Reports. The Contractor shall maintain a log of the work performed under this contract, and shall provide a copy of the log to the COR on a monthly basis. b) The Contractor shall document worked performances on the Invoice or Request for Payment. c) The contract shall submit a monthly report of musicians that have attended rehearsals and services. d) Request for Supplies/Equipment. The Government shall provide the Contractor with the use of all government equipment in order to prepare for all services to include Sunday Mass and Holy Day's accordance with the Consolidated Chaplain's Fund SOP and the Resource Manager's instructions (for appropriated fund supplies). The Chaplain Resource Manager shall provide applicable forms, SOPs and instructions to the Contractor. e) Privacy Act. The Contractor shall be familiar with and ensure compliance with provisions of the Privacy Act, Freedom of Information Act, and limitations on government collection of personal and statistical data on nonaffiliated personnel. (Applicable government regulations concerning these acts shall be made available to the Contractor for review by the Joint Base Chaplain). 7. INVOICES. Contractor shall provide individual invoices each service provided to the POC. Contractor shall provide a monthly invoice to the COR. It shall contain weekly hours and services performed and location of the individual Chapels at JBM-HH, submitted through Wide Area Workflow. 8. WIDE AREA WORKFLOW. a) The contractor is solely responsible for ensuring his/her invoice is submitted through WAWF. b) The COR is responsible for accepting and approving the contractors invoice in WAWF. 9. CONTRACT MANPOWER REPORTING: "The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: http://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Actual direct labor hours (including sub-contractors); (6) Actual direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by the contractor (and separate predominant FSC for each sub-contractor if different); (9) Actual data collection cost; (10) Organization title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As a part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period with be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database service or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data The following FAR Clauses/Provisions apply: 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation -- Commercial Items. Addendum to 52.212-1 Instructions to Offerors - Commercial Items - Note: Offerors responding to this Combined Synopsis Solicitation are required to provide the qualifications 1-5 listed in paragraph 1.2 to be considered for this award and provide a quote in accordance with the Proposal Schedule. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS PROPOSAL PREPARATION INSTRUCTIONS Proposal Submittal and Inquiries. Proposals shall be submitted prior to the closing date and time, as identified within the combined synopsis, to the following address or email to Victoria Harper Victoria.f.harper.civ@mail.mil MISSION AND INSTALLATION CONTRACTING COMMAND - FORT BELVOIR 9410 JACKSON LOOP, BUILDING 1425 FORT BELVOIR, VA 22060 RE: W91QV1-17-R-4857 Offeror is required to: Submit one (1) electronic copy of their proposal. The point of contact responsible for supplying additional information and answering all inquiries is the Contract Specialist. Address all questions or concerns the offeror may have to the Contract Specialist. All questions regarding this solicitation shall be submitted in writing via email to Victoria.f.harper.civ@mail.mil DUE DATE FOR ALL QUESTIONS: 10:00 AM EST 29 September 2017. B. General Instructions 1. The Proposal. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFP, concurrence with the Performance Work Statement, and contract type. 2. It is the Government's intention to award without discussions. Basis for Contract Award - Lowest Priced Technically Acceptable. 52.212-3 Offeror Representations and Certifications -Note: Offerors responding to this Combined Synopsis Solicitation are required to provide the information contained in this clause 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.212-4 Contract Terms and Conditions-Commercial Items 52.217-8 Option to Extend Services - Full Text Fill In - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before contract ends. ADDENDUM 52.217-8 As part of the evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding six month to the offeror's final option period price to the offeror's total price. Thus, for the purpose of evaluation only, the offeror's total price will include the price offered for: the base period, first option period, second option period, third option period, and fourth option period and addition price equal to six months of the fourth option. The Government may or may not choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. 52.217-9 Option to Extend the Term of the Contract - Full Text Fill In - (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 36 months. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating) 52.219-14 Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637 (a)(14)). By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-- (a) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.(b) Supplies (other than procurement from a regular dealer in such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.(c) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.(d) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-13 Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644( r )). 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity. 52.222-35 Equal Opportunity for Veterans 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (E.O. 13513). 52.225-1 Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JULY 2013) (31 U.S.C. 3332). 52.237-1 Site Visit (work on Government Installation) REF 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.203-13 Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) The following DFAR Clauses/Provisions apply: 252.203-7003 Agency Office of the Inspector General 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc19e1cbe48686cfe576fd77d954bd79)
 
Place of Performance
Address: 101 Bloxon Street Bldg 205, Fort Myer, Virginia, 22211, United States
Zip Code: 22211
 
Record
SN04679973-W 20170917/170915231549-fc19e1cbe48686cfe576fd77d954bd79 (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.