SOLICITATION NOTICE
R -- Catholic Music Director
- Notice Date
- 10/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F1A0B17253A003
- Response Due
- 10/19/2007
- Archive Date
- 11/3/2007
- Point of Contact
- Vivienne Clarke, Contract Specialist, Phone 202-767-8039, Fax 202-767-7887, - Richard Jacobs, Contracts Manager, Phone 202-767-8101, Fax 202-767-7896
- E-Mail Address
-
Vivienne.Clarke@Bolling.Af.Mil, Richard.Jacobs@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) No, F1A0B17253A003. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-20. This is set aside for 100% small business. The North American Industry Classification System code (NAICS) is 711510, with a size standard of $6 million. CONTRACT LINE ITEM: 0001: BASE YEAR NON-PERSONAL SERVICES for CATHOLIC MUSIC DIRECTOR QTY: 11 MONTH, UNIT Price: $______________, Extended Price: $____________. CONTRACT LINE ITEM: 1001: OPTION YEAR INON-PERSONAL SERVICES for CATHOLIC MUSIC DIRECTOR CTY: 12 MONTH UNIT Price: $_______________, Extended Price: $________________. DESCRIPTION OF NON-PERSONAL SERVICES: PRIMARY DUTY SUMMARY Contractor shall provide a keyboard specialist, organ and piano proficient, a choir director, and a cantor all meeting the qualifications set herein, for the Catholic liturgical program of Bolling AFAB. Contractor will assume all responsibilities for the coordination of the Catholic Music Program under the direction of the Catholic Chaplain who is the pastor of the parish and his designate. 1. QUALIFICATIONS: Contractor shall have sufficient understanding of the music required for Roman Catholic worship. Contractor should have a minimum of 2 years experience working in the capacity of music coordination in the parish environment. Contractor shall have sufficient formal training on keyboard and choral arts, and a minimum of five years of Catholic Liturgical Music or provide someone, approved by the Catholic pastor or his designate, who meets the qualifications. Contractor shall be able to sight read, interpreting vocal and instrumental scores of traditional and contemporary Catholic liturgical music, or provide a professional meeting the qualifications who shall provide the same. An audition will be required. Contractor shall have effective interpersonal skills to recruit, rehearse, and tutor volunteers, both children and adults, to mold them into effective choir. Contractor shall be able to collaborate in a pluralistic chapel environment, sharing a chapel with multiple, diverse faith group users. Contractor shall also be able to collaborate with Catholic pastor, his staff and his designates. Contractor shall have good resource management, budget, organization, and administration skills. At least three references for the position are required. 2. SCOPE OF RESPONSIBILITIES Contractor shall be responsible for: Selection of music appropriate for liturgies. A written program listing music will be given to the Catholic pastor or his designate before each liturgy. . Recruiting, rehearsing, and tutoring (when needed) of children and adults for respective choirs: Rehearsals are required on a per service per week basis, to be coordinated with the Catholic pastor. Liturgical performances are scheduled 52 weekends a year plus special occasions like Thanksgiving, Christmas, Easter, Holy Days, Memorial Services, Funerals and the possibility of a small number of others with advance coordination, such as the National Prayer Breakfast, etc. Special rehearsals are expected for Christmas and Easter. The creation of in collaboration with and subject to the approval of the Catholic pastor or his designate, a budget for liturgical music. This includes a familiarization with the purchasing practices and procedures of the chapel. Also included are the organization, security and management of a music library/filing/catalogue system and full compliance with copyright laws. The creation of a repertoire of congregational and choir music, traditional, classical, and contemporary including the use of additional volunteer or contracted instrumentalists when appropriate and available. Compilation of ?units? for all rehearsal and performance, for government funding will be submitted for the year to the Catholic pastor in a timely manner in anticipation of the fiscal year. Attending necessary planning and coordination meetings as determined by the Catholic pastor or his designate, to include parish council meetings. In addition, collaboration is expected with other Catholic program leaders for special parish /liturgy events and sacramental celebrations. Abide by all applicable Chapel Operating Instructions, including, but not limited to the use of equipment and securing of the facility.Submission of a monthly invoice of services rendered, at the end of each calendar month, shall be made electronically though Wide Area Workflow. Contractor may be required to attend music conferences inside and outside the local area. Contractor can be placed on Temporary Duty (TDY orders). Contractor may sub-contract any of the responsibilities listed above with the permission of the Catholic pastor. Contractor will not submit invoices in excess of 182 units per fiscal year. 3. DEFINITION OF TERMS A ?unit? is the basis for compensation. Compensation will be paid based on the following ?units?, after the ?unit? is performed/provided: One unit as the Catholic Parish Music Director for the worship service on Saturday. One unit as the Catholic Parish Music Director for the worship service on Sunday. One unit as the Catholic Parish Music Director for one rehearsal per week (in conjunction with the researching and scheduling of hymns, etc.) Note: Any additional service or rehearsal ?units? must be pre-approved by the Catholic pastor. In accordance with FAR 52.212-4(a) Inspection /Acceptance, the government will evaluate the contractors performance under this contract. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions Commercial Items (FEB 2002), for contractors failure to perform satisfactory services or failure to correct nonconforming services. INSPECTION AND ACCEPTANCE TERMS: Supplies will be inspected at destination/government, accepted at destination/government. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items are hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: 52.237-1, 52.252-1: 52.252-5: (b) DFARS (Chapter 2). In accordance with 52.212-1 (h) multiple awards will be considered if determined to be most advantageous to the Government. EVALUATION PROCEDURES: (a) The Government will select the best overall offer based on technical capability, past performance and price. Technical capability and past performance when combined, are more important. Proposals shall be rated as follows: ?Exceptional?, exceeds specified minimum performance or capability necessary for acceptable contract performance, ?Acceptable?, meets specified minimum performance or capability necessary for acceptable contract performance, ?Marginal?, does not clearly meet some specified minimum performance requirements necessary for acceptable contract performance or ?Unacceptable?, fails to meet specified minimum performance or capability requirements. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be requested to provide a hard copy of their price break-down. Non-conformance with this requirement may result in offeror?s quote being determined unacceptable. Offeror must include, with its offer, a completed copy of provision FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items in full text. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.232-1, 52.252-2: http://farsite.hill.af.mil , 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.212-7001, 252.223-7006, 252.232-7003, 252.232-7010, 252.243-7001, 5352.223-9001, 5352.242-9000, 5352.201-9101 and 5352.223-9001. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.225-3, 52.232-33, 52.233-3, and 52.233-4. NOTICE TO OFFERORS: Funds are not presently available for this project. No award will be made under this solicitation until funds are availavle. The Government reserves the right to cancel this solictation, either before or after the closing date. All responses (proposals or offers) must be received by mail, email, or facsimile no later than 3:00 P.M. EST on 19 October 2007 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032. An official authorized person to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423. Questions concerning this solicitation should be addressed to Ms. Vivienne Clarke, Contract Specialist, Phone (202) 767-8039, FAX (202) 767-7887, E-mail to vivienne.clarke@us.af.mil : or Capt Richard Jacobs, Contracting Officer, Phone (202) 767-7978, FAX (202) 767-7887, E-mail to: richard.jacobs@us.af.mil.
- Place of Performance
- Address: WASHINGTON, DC
- Zip Code: 20032
- Country: UNITED STATES
- Zip Code: 20032
- Record
- SN01429573-W 20071007/071006061340 (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 |