Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2007 FBO #2174
SOLICITATION NOTICE

R -- CATHOLIC PRIEST SERVICES

Notice Date
11/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
813110 — Religious Organizations
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-08-T-0020
 
Response Due
11/13/2007
 
Archive Date
1/12/2008
 
Point of Contact
RUBEN PINO JR, 915-568-3572
 
E-Mail Address
Email your questions to ACA, Fort Bliss
(ruben.pino@us.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotation s are being requested and a written solicitation will not be issued. The solicitation number, W911SG-08-T-0020, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Fe deral Acquisition Circular (FAC) 2005-20. This acquisition is set-aside 100% for small business using North American Industry Classification System (NAICS) code 813110 and size standard $6.5M. This requirement for Catholic Priest services is exempt from the Service Contract Act of 1965, as amended. The prospective contractor is to quote on services based on the following contract line item numbers (CLINS), item descriptions, quantities/units of measures. The period of performance is from date of award through September 30, 2008. CLIN 0001 Daily Mass as needed. Unit Price _____________, Extended Price _____________. CLIN 0002 Funeral Service as needed. Unit Price _____________, Extended Price _______________. CLIN 0003 Baptism Service as needed. U nit Price ______________, Extended Price ______________. CLIN 0004 Saturday and/or Sunday Mass to celebrate the Eucharist, provide Homily and Liturgy. Unit Price ___________, Extended Price __________. CLIN 0005 Weddings. Unit Price ___________, Extended Price ____________. CLIN 0006 Confession Session, provide opportunity at least one-hour session for any number of parishioners and all confessions heard on same day constitutes a single service session. Unit Price __________, Extended Price ___________. CLIN 0007 Holy Day of Obligation, Celebrate the Eucharist and provide the Homily and Liturgy. Unit Price __________, Extended Price __________. CLIN 0008 Consultations, when Pastor Priest is not available for matters pertaining to the Catholic faith. Unit Price __________, Extended Price ____________. CLIN 0009 Wedding Rehearsals. Unit Price ___________, Extended Price ___________. CLIN 0010 Manpower Reporting. Unit Price ___________, Extended Price ___________. The requirement is for distinctive professional support to the Catholic population by conducting services and sacraments per the dictates of the Roman Catholic Church. The contractor shall provide additional pastoral ministrations in religious education, Sacramental preparation classes, counseling, hospital visitation, Bible studies, choral and other lay participation activities that support worship services. Services shall support the Religious Support Office, Fort Bliss, Texas. Services under this con tract shall be performed by an ordained member of the Roman Catholic Church and endorsed by the Archdioceses for Military Services. The contractor shall be experienced and fully qualified to perform the required services without any supervision or directi ons by Government personnel. The contractor shall ensure personal property, if used, is marked and identified. Emergency services are required for Roman Catholic emergency ministrations. The Government will provide office space/furnishings at Building 4 49. The Government will provide consecrated/liturgical items. The contractor shall give work priority to life and death situations that require pastoral response. The contractor shall give priority to the directions of the Catholic Chaplain and the Inst allation Chaplain. The place of performance is at any chapel or facility located within the confines of the Federal installation known as Fort Bliss, Texas. Delivery is FOB Destination. Federal Acquisition Regulation provisions and clauses may be viewed in full text: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same for ce 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 i ts 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 prov ision may be accessed electronically at this/these address(es): http://www.arnet.gov/far/. 52.252-2 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://www.arnet.gov/far/. Federal Acquisition Regulation (FAR) pro vision 52.212-1, Instructions of OfferorsCommercial (SEPT 2006), applies to this acquisition; addenda to the provision does not apply. FAR provision 52.212-2, EvaluationCommercial Items (JAN 1999) and evaluation criteria is price and past performance, r esulting in best value to the Government. The prospective contractor is to include a completed copy of the FAR provision 52,212-3, Offeror Representation and CertificationsCommercial Items (SEPT 2007) and Alternate I (APR 2002), with the quotation. FAR clause 52.212-4, Contract Terms and ConditionsCommercial Items (FEB 2007), applies to this acquisition; there is no addenda to the clause. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial It ems (SEPT 2007), applies to this acquisition and additional FAR clauses cited below are applicable to this acquisition:52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003); 52.222-3, Convict Labor (JUNE 2003); 52.225-13 Restrictions on Certain Fo reign Purchases (FEB 2006); 52.222-36 Affirmative Action for Workers with disabilities (JUN 1998); and 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003); 52.216-18,Ordering (OCT 1995) from November 5, 2007 through S eptember 30, 2008; 52.216-19 Order Limitations (OCT 1995), (a) quantity of 10, (b) (1) quantity of 100, (b) (2) combination in excess of 100, (b) (3) three days; 52.216-22 Indefinite Quantity (OCT 1995), September 30, 2008; 52.216-27 Single or Multiple Awa rds (OCT 1995); 52-237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 252.232-7003 Electronic Submission of Payment Requests (JAN 2004). The following additional contract requirements or terms and conditions consistent with cus tomary commercial practices are necessary for this acquisition: (a) complete the fill-in blanks above with unit and extended pricing for each CLIN and, if required, use a blank page for any additional information; (b) services shall be accomplished within the guidelines of the officiating Chaplain, Army regulations and directives, and Installation Chaplains Policy Statements; (c) provide the Contracting Officers Representative (COR) with name(s)/contact information of contractor substitutes one week prior to necessary substitution; (d) performance evaluation meetings shall occur monthly (e) maintain a log of work performed and provide a copy of the log to the Staff Chaplain on a monthly basis; (f) provide invoice for monthly services to the COR; (g) ensur e compliance with provisions of the Privacy Act, Freedom of Information Act, and limitations on Government collection of personal and statistical data on nonaffiliated personnel, and (h) Contractor Manpower Reporting requirement: The Office of the Assist ant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will electronically report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall complete all the information in the format using the following web address https://contractormanpower.army.pentagon.mil/. The requir ed information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (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) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total pa yments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational 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 purpose of report ing this information); (11) Locations where contractor and subcontractors 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) Prese nce of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). The reporting period is the period of performance not to exceed 12 months ending Septembe r 30 of each government fiscal year. The data must be reported by 31 October of each year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring file s from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Defense Priorities and Al locations System (DPAS) and rating are not applicable. Applicable numbered notes are not applicable. Quotations are due November 13, 2007, 3:00 PM MST, at Directorate of Contracting, Building 2021 Club Road, Fort Bliss, Texas 79916. Electronic quotation s will not be accepted. Point of contact for further information is Pat Collins at 915-568-5881 or Ruben Pino at 915-568-3572, Monday through Friday, 8:00 AM to 4:30 PM. Any amendment will be publicized in the same manner as this combined synopsis/solici tation.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01448573-W 20071109/071107224146 (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.