Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

A -- CATHOLIC PRIEST

Notice Date
8/20/2008
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, N68836 FISC JACKSONVILLE, CORPUS CHRISTI DET 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
N6883608T0391
 
Response Due
8/25/2008
 
Archive Date
9/9/2008
 
Point of Contact
Krista Slezinsky 361-961-2998
 
Small Business Set-Aside
N/A
 
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. Solicitation number N68836-08-T-0391 applies and is issued as a Request for Quotation. This announcement constitutes the request to provide non-personal services as the ROMAN CATHOLIC PRIEST RELIGIOUS SERVICES AND CHAPLAIN SERVICES for Naval Air Station, Corpus Christi, Texas for the period September 1, 2008, through August 31, 2009 with one (1) option year. The North American Industry Classification System (NAICS) Code is 611699 and the Small Business Size Standard is number of employees $6.5 million dollars. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. STATEMENT OF WORK ROMAN CATHOLIC PRIEST CHAPLAIN SERVICES IN SUPPORT OF THE RELIGIOUS MINISTRIES PROGRAM, (NAS CORPUS CHRISTI) 1.0 BACKGROUND. Roman Catholic Priest chaplain services are mandatory to meet the Religious Program requirements for Commanding Officers under SECNAVINST 1730.7C (Religious Ministry within the Department of the Navy). 2.0 OVERVIEW. The contractor shall provide Roman Catholic Priest religious services and chaplain services to include: 2.1 Provision of Roman Catholic Worship Services, religious counsel, scripture study and religious education. 2.2 Pastoral Care within the military setting for eligible recipients to include marriage preparation, crisis response and intervention, personal and family pastoral counseling, vocational counseling and coaching, hospital visitation to the sick/injured, and deck plate ministry through workspace visitation. 2.3 Advice to command leadership regarding ethics, morals and morale. 2.4 Training for leaders in ethics, morals, decision making, and religion and culture. 2.5 Assist the Command Chaplain in the facilitation of religious requirements for all faiths.2.6 Recruitment, coordination and training of volunteer base for graded Catholic Religious Education programs. 3.0 TASKS. The Roman Catholic Priest chaplain services shall include but not be limited to the following: 3.1 Perform Catholic Mass and confession for active duty personnel and all other authorized personnel as defined in OPNAVINST 1730.1D (Religious Ministries in the Navy). 3.1.1 Conduct Catholic Mass every Sunday. 3.1.2 Conduct Mass daily 4 per week and every First Friday of the month, except for Good Friday and National Holidays. 3.1.3 Conduct Catholic Confession every Sunday one hour prior to the start of Mass. 3.1.4 Conduct Catholic Mass on all Holy Days of Obligation. 3.1.5 Conduct Advent and Lenten Penance Services. 3.1.6 Conduct First Communion and Confirmation services as required. 3.2 Perform Sacramental and emergency ministrations for Active Duty personnel and family members, including Baptism, Marriage, Funeral and Memorial Services, and Anointing of the Sick. Services to be provided shall include:3.2.1 Sacramental record preparation3.2.2 Pastoral care and counseling3.2.3 Consultation with the Command Chaplain3.2.4 Various administrative requirements3.2.5 Work space visitation with permission of Commanding Officer 3.2.6 Conduct training for Catholic volunteer base3.2.7 Marriage, First Communion, Confirmation Preparation3.2.8 Maintain liaison with Archdiocese for the Military Services3.2.9 Maintain and publish a weekly bulletin3.3 Submit problems, concerns, comments, and recommendations, particularly for improvement regarding Catholic services or the Catholic congregation to the Command Chaplain. 3.3.1 Lessons learned shall be provided to the Command Chaplain within 45 days regarding any problems encountered and resolved. 3.3.2 Concerns regarding morale shall be directed to the Command Chaplain as soon as possible. 3.4 Notify the Command Chaplain when unable to perform services due to scheduled time off, illness, inclement weather and/or emergency leave. 3.4.1 Secure an approved substitute from a list provided to and approved by the Command Chaplain and the Archdiocese for the Military Services in advance of scheduled absences. 3.4.2 Provide and compensate the pre-approved substitute when unable to perform services required within this statement of work. 3.4.3 Arrange for scheduled absences at least two weeks in advance. 4.0 The offeror shall be neat, clean, well-groomed, and in appropriate clergy clothing when in public areas. The contractor shall display the identification badge provided by security any time while at work. 4.1 The offeror shall become acquainted with and obey all pertinent Command, Navy, and DOD regulations, shall perform in a manner which precludes any waste of utilities and shall not use government equipment for personal business. All motor vehicles operated on this installation by the contractor shall be registered with base security and operated according to applicable directives. Smoking by the contractor is restricted to designated areas. 4.2 The offeror, although in fact not a Government employee, shall comply with Executive Order 11222 of May 8, 1965, Prescribing Standards of Ethical Conduct for Government Officers and Employees. 4.3 Offerors must demonstrate reliability, and ability to interact with people from all socio-economic backgrounds whether military or civilian (including family members and retirees), as well as good oral and written communication skills. 4.4 Offerors must have a positive personality and pleasant demeanor when interfacing with chapel staff, visitors, military personnel, parishioners, and others. 5.0 DELIVERY SCHEDULE. The contractor shall deliver all services as described above and include the following minimums: Item Description of ServiceQuantity0001Sunday Mass 520002Sunday Confession 520003Weekday (Friday) Mass 2080004Holy Days of Obligation 40005Advent and Lenten Penance Services 20006Ash Wednesday Service 10007Easter Triduum 30008Sacramental/Emergency Ministrations 520009First Communion 10010Confirmation 1 6.0 DELIVERABLES. All deliverables shall be delivered to the Primary Technical point of contact identified in paragraph 9.0. 7.0 PLACE OF PERFORMANCE. The contractor shall perform Masses at the NAS Corpus Christi Chapel. Counseling and Sacramental ministrations will be performed off-base at an appropriate Diocese of Corpus Christi facility. Prospective contractor will bill monthly with complete breakdown of services provided. Payment will be made monthly in arrears. 8.0 PERSONNEL QUALIFICATIONS. Contractor must be an Ordained Roman Catholic Priest in good-standing and endorsed by the Archdiocese for the Military Services. Personnel proposed for this contract shall have the requisite skills and experience consistent with Roman Catholic Priests whose background and experience are acceptable to the Archdiocese for the Military Services, USA. 9.0 POINTS OF CONTACT. 9.1 Primary Technical - (Command Chaplain (361) 961-3751) 9.2 Contracts/Invoicing - (Appropriate RP (361) 961-3751) 10.0 PERIOD OF PERFORMANCE. This contract is to be issued with a base year of performance (01SEP08 through 31AUG09) and one option year (01SEP09 through 31AUG10). The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Contractor Personnel, 52.211-17 Delivery of excess Quantities, 52.212-1 Instructions to Offers-Commercial, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the term of the Contract, 52.225-13 Restrictions on Certain Foreign Purchases, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.247-34 F.O.B. Destination, 52.252-1 Solicitation Provisions Incorporated by Reference. The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Within 52.212-5, the following clauses apply 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.215-5 Facsimile Proposals, 52.219-1 Small Business Program Representations Alt 1, 52.222-22 Previous Contracts and Compliance Reports, 52.223-6 Drug-Free Workplace, 52.232-18 Availability Of Funds, DFAR 252.204-7004 - Central Contractor Registration (52.204-7) Alt A, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act, and 252.232-7003 Electronic Submission of Payment Requests. 252.225-7000 Buy American ActBalance of Payments Program Certificate. NAVSUP H25 -- SPS Consolidated Server Time Zone (Jun 2006) (NAVSUP). All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.htmlDisclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. Freedom of Information Act (FOIA). Invoice Number --In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. Invoicing Instructions--Contractor may invoice on a monthly, quarterly or semi-annual basis. Invoices shall show period billed and the prorated amount for the period. The Government will authorize payment at the end of the month, quarter or semi-annual period being billed. No payment will be made in advance of the ending of a period being billed. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 10:00 A.M., 25 Aug 08 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Krista Slezinsky, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2998, EMAIL: krista.slezinsky@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46e72b1c85e0a60693ad2365cae06503&tab=core&_cview=1)
 
Record
SN01646490-W 20080822/080820222957-491349548e6b26e52abe28720e99fb91 (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.