SOLICITATION NOTICE
G -- Priest Service BPA
- Notice Date
- 6/19/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- Priestservice
- Response Due
- 6/27/2008
- Archive Date
- 7/12/2008
- Point of Contact
- Nathean W Stoner,, Phone: 702-652-8402, Brooke A Mena,, Phone: 702-652-5488
- E-Mail Address
-
nathean.stoner@nellis.af.mil, brooke.mena@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the 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, Priest Services Blanket Purchase Agreement (BPA) is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This Request for Quotation is a small business set-aside. The NAICS code for this solicitation is 813110. The small business size standard under this NAICS code is $6,500,000 annually. The performance work statement is (attached below).The price list shall consist of the following services. Weekday Mass (Price per Mass), Weekend Mass (Price per Mass) and Other (Price per Session). Quotes should be in the following format; price for each line item independently. Award Basis: Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation - Submit quotation on company letterhead utilizing the CLIN structure above, also provide documents verifying your company's ability to meet the qualification standards stated. FAR provision 52.212-2. The following factors will be used to evaluate the offer: Price, and. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I, or a current ORCA registration. The following clauses apply to this solicitation and resulting award: FAR 52.202-1 Definitions, FAR 52.203-3 Gratuities, FAR 52.203-7 Anti-Kickback Procedures, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Terms of the Contract, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era, FAR 52.222-39 Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004), FAR 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), FAR 52.222-42 Statement of Equivalent Rate of Federal Hires, FAR 52.232-18 Availability of Funds, FAR 52.232-19 Availability of Fund for the Next Fiscal Year, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.237-2 Protection of Government Buildings, Equipments and Vegetation, DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Request, AFFAR 5353.201-9101 Ombudsman, AFFAR 5352.242-9000 Contract access to Air Force Installations. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:00 p.m., Pacific Daylight Time, on 27 June 2008. Performance Work Statement NELLIS AFB CATHOLIC AUXILIARY PRIEST SCOPE OF WORK: Environment: 1. Nellis Air Force Base is a military community supporting Air Combat Command at home stations and in any theater, region, or contingency area as part of any force, joint or allied, in support of national objectives. 2. Mission changes, consolidation of mission activities, increased operation tempo and rapidly shrinking resources facilitates a high degree of community fragmentation that impacts the military infrastructure and makes maintaining chapel programs a challenge. Characteristics of Auxiliary Catholic Pries: 1. Within the above-described parameters this Performance Work Statement (PWS) addresses one of the identified critical needs and will be designed to provide for an Auxiliary Catholic Priest for the Nellis Air Force Base Chapel. 2. To function in the capacity of an Auxiliary Catholic Priest during the period of one (1) year; 1 July 2008 through 31 May 2009 with two (2) subsequent option years. QUALIFICATIONS: Positive, spiritually sensitive clergy member who specializes in working with chapel staff members, all military personnel and chapel volunteer lay leaders, with these specific criteria: a. Must be a Roman Catholic priest in good standing with the Catholic Church. b. The Catholic Chaplain and/or Wing Chaplain will interview the applicant prior to contract execution. Character: The individual must be positive, self-directed, motivated, and able to interface well with people. Will maintain high standards of personal and moral conduct and decorum expected of all those who represent the chapel, including but not limited to dress and grooming. The ability to work collaboratively with a diverse chapel staff is a must and will be adhered to. SKILLS: Strong people skills are essential. The ability to work with various chapel committees and groups is crucial. The ability to listen and follow instructions' from the Wing Chaplain and NCIOC, Chapel Operations is necessary. DATE, TIME, AND PLACE OF PERFORMANCE: The contractor will celebrate daily Masses, Holy Day Masses, and provide funeral, and memorial services, etc. during the fiscal year as needed. Rite of Reconciliation is Saturday at 1600. Saturday Mass is at 1700. Sunday Masses are at 0945-1030 and 1230-1330. The Reconciliation, Saturday and Sunday Mass schedules are not negotiable. Specific work schedule will be coordinated through the Catholic Chaplain or the Wing chaplain. The Chapel, building 4302 N Washington Blvd, Nellis AFB, NV will be the primary place for all services unless otherwise directed by the supervising chaplain. CONTRACTOR RESPONSIBILITIES: the Contractor agrees to furnish the following described services at the locations, intervals and times specified by the Nellis Chapel. 1. Conduct religious worship and instruction services, devotions, and appropriate rites as required. Contractor will conduct the regularly scheduled weekend masses at a minimum of once a month. 2. Services will be contracted on a per unit basis. A unit is defined as: a. Weekday Mass - performed Tuesday thru Friday beginning at 1130. Mass lasts approximately 30 minutes. b. Weekend Mass - performed Saturday at 1700. Sunday at 0945 and 1230. Mass lasts approximately 1 hour. c. Other - Rite of Reconciliation (Confession), Funerals and Memorial services. Services performed as requested. 3. Contractor will adhere to Chapel policy and Air force regulations when using Chaplain funds and Chapel facilities. 4. Contractor is permitted to provide subcontractors who are equally qualified and when prior approval is given by the Catholic Chaplain or Wing Chaplain. PAYMENT PROCEDURES:. The contractor will be responsible for filing any applicable social security, federal, or state taxes. Contractor will be required to submit a monthly invoice before payment is made. The contractor will provide the personal skills, training competency, attitude and spiritual strength that will be needed to meet all requirements contained in this PWS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f319a822eb6e3c77b7f254d7e2236af&tab=core&_cview=1)
- Place of Performance
- Address: Nellis AFB Chapel, Las Vegas, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN01596672-W 20080621/080619215622-4f319a822eb6e3c77b7f254d7e2236af (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 |