Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

G -- Catholic Chaplain Services

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street, Parkersburg, WV, 26106-5312
 
ZIP Code
26106-5312
 
Solicitation Number
RFP-07-002
 
Response Due
8/21/2006
 
Archive Date
8/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation number RFQ-07-002 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification System (NAICS) code for this solicitation is 813110 and small business size standard is $6,000,000. The Bureau of the Public Debt on behalf of the Armed Forces Retirement Home ? Washington (AFRH-W) has an immediate need to procure a Catholic Chaplain. The government will provide all required supplies and equipment to conduct religious services and will provide office space in the Scott Building with a computer, telephone service, and desk. General: The Armed Forces Retirement Home ? Washington (AFRH-W) is a retirement community for U.S. Veterans. The campus is comprised of two resident dormitories and a health care facility. The Contractor shall have the overall responsibility of the Catholic Community Religious Activities and are to provide services in support of the Armed Forces Retirement Home ? Washington programs consistent with AFRH-W Instructions and Standard Operating Procedures (SOPs) for Religious Activities. Chaplains must be indorsed by their faith. Government Furnished Material: The Government will provide all necessary supplies and equipment to conduct religious services and will provide office space in the Scott Building with a computer, telephone service, and desk. Duties: The following paragraphs delineate the activities which chaplains shall be required to perform independently. a. Conduct daily pastoral visitation to and for all AFRH-W residents as a part of the overall chaplain pastoral support program and conduct Sunday religious services. b. Conduct rites and sacraments such as: communion, baptism, marriage, funeral, and worship services in accordance with established procedures of their particular faith group. c. Chaplains shall refrain from infringing upon the sacraments of other faith groups while on duty. d. Develop and conduct religious services, including special religious services such as: Thanksgiving Day, Memorial Day, Veterans Day, Christmas Day, and Easter, which are ecumenical and/or non-denominational in character, when scheduled. e. Contractor shall subscribe to and support the visions and goals of pastoral care as outlined by the Standard Operating Procedures (SOPs) of the AFRH-W. f. Contractor shall sign in and out at a place designated by COTR when arriving and departing AFRH-W. g. Subcontractors must be identified and approved by the Contracting Officer prior to assuming any religious activities. h. Contractor shall establish and implement methods consistent with the AFRH-W SOPs to ensure the coordination of ministries of the same at AFRH-W. i. Contractor shall honor the chaplain dress code while on duty, which is clerical shirts with jackets or shirt, for men, or dresses/dress slacks, for women; or other apparel. j. Contractor shall set up religious facilities, equipment and liturgical appointments for programs and worship services; assist and/or instruct other chaplains or volunteers during worship services. k. Prepare and submit supply requisitions to the AFRH-W Resident Services Office for approval. l. Prepare and submit forms and reports to the Chief of Resident Services as required by AFRH-W instructions and Religious Activities Standard Operating Procedures. m. Organize and distribute devotional, religious education and publicity materials as directed by the various published programs of the Religious Activities Office. n. Assist in the compilation and analysis of statistical data related to the Religious Activities as directed by AFRH-W Instructions and Standard Operating Procedures. o. Contractor shall work out of and be available for drop-in visits, appointments, and pastoral counseling in the office designated by the Government. These visits shall be performed during normal working hours and are to be scheduled so as not to interfere with the weekday visitation schedule. p. Contractor shall prepare and provide worship bulletins and other publications. Prepare worship bulletins and other publications necessary to accomplish Protestant worship and ministry in the absence of the full-time Protestant Chaplain. q. Create an environment free of discrimination and harassment for all residents residing at AFRH-W and these staff members with whom work is done; work with supervisory personnel to resolve resident complaints. r. Help forecast office needs and requirements. s. The Contractor shall not have access to any AFRH-W documents of information or hold membership on, or have such related responsibility on any boards or committees; however, Contractor may be required to attend some meetings at the request of the Religious Activities Office. t. Be responsible to set up all necessary equipment and supplies for pastoral duties and remove when pastoral work has been completed. EXPERIENCE/QUALIFICATIONS a. Must possess a minimum of 5 years experience as an independent pastor of a congregation, as well as the experience and knowledge of institutional chaplaincy, and be an ordained minister in good standing, with references, in his/her Catholic Denomination. b. Must have the ability to communicate effectively and offer empathy to different situations (measured by complaints received). Must possess a pleasant attitude and ability to get along with other constituents, peer professionals of all faiths, as well as AFRH-W residents. c. Ability to work as a team member of the Religious Activities office and provide pastoral care to all residents regardless of denomination or faith. d. Must be able to uphold high ethical and moral standards, in keeping with the environment of the AFRH-W leadership, the religious community(s) being served, as well as in keeping with what has traditionally been taught in appropriate Holy Scripture. e. Provide religious services and environment to encompass special traditions and ceremonies related to the occasion. f. Must be able to respond to the AFRH-W within 30 minutes of after hour emergency requirements. The award of a contract will be made to the technically compliant, lowest price Offeror. It is our intent to award without discussions. It is imperative that you submit a complete package, including resume, with your best technical and low price offer. The award will be for October 1, 2006 ? September 30, 2007. Offerors shall submit their quotes in English by e-mail to ntprocurement@bpd.treas.gov. Quotes must be in US dollars. Quotes are due by August 21, 2006, by 2:00 p.m. EDT. Only quotes meeting the requirements as specified in the statement of work will be considered by the Government. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addendum to FAR 52.212-1, Paragraph (b)(4): Offerors shall provide a resume documenting experience/qualifications and references. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.217-8 Option to Extend Services; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3 Convict Labor; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52-232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration ; 52.204-7, Central Contractor Registration; 52.222-41, Service Contract Act; 52.212-3 Offeror Representations and Certifications, Commercial Items, and 1052.201-70 Contracting Officer Technical Representative (COTR). In accordance with 52.212-4 section (g) Invoice: Invoices shall be submitted electronically. Protected Microsoft Excel files are the preferred format; however, adobe Acrobat Portable Document format (PDF) and Microsoft Word are also acceptable. The e-mail address is ntprocurement@bpd.treas.gov. The Offeror assumes the full responsibility for ensuring that offers are received at the place as delineated herein and by the date and time in item 6. All offers must be closed and sealed and must be fully identified on the sealed envelope if delivered via third party carrier or hand delivered. The Offeror assumes full responsibility for ensuring electronic quotes are formatted in accordance with BPD Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: bat, cmd, com, exe, pif, rar, scr, vbs, hta, cpl and zip files. Microsoft Office compatible documents are acceptable. If the Offeror determines other formats are necessary, it is the Offeror's responsibility to verify with BPD that formats are acceptable. Quote materials with unacceptable or unreadable formats may be found non responsive. When quotes are hand-carried or sent by courier service, the address for offers is Bureau of the Public Debt Division of Procurement 200 Third St Parkersburg, WV 26106 For offers sent via US Mail, FedEx, or similar methods, the address is shown as Bureau of the Public Debt Division of Procurement, Avery 5F 200 Third Street Parkersburg, WV 26106 Interested Offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that all persons on the mailing list will receive notifications. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to ntprocurement@bpd.treas.gov. Points of Contact Christa Comer, Contract Specialist, Phone 304-480-7135, Fax 304 480-7203, Email ntprocurement@bpd.treas.gov Brian Straka, Contracting Officer, Phone 304-480-5351, Fax (304) 480-7203, Email ntprocurement@bpd.treas.gov Place of Performance Address: Armed Forces Retirement Home, 3700 N. Capitol Street, NW, Washington, DC Postal Code: 20011-8400 County: USA Interested offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to procurement@bpd.treas.gov.
 
Place of Performance
Address: 3700 N Capitol St NW, Washington, DC,
Zip Code: 20011-8400
Country: UNITED STATES
 
Record
SN01107294-W 20060806/060804223117 (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.