Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2008 FBO #2482
SOLICITATION NOTICE

G -- Full time Catholic Priest Services

Notice Date
9/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
FA7012-08-T-0068
 
Response Due
9/19/2008
 
Archive Date
10/4/2008
 
Point of Contact
Valerie C Gaines,, Phone: 202-767-8105
 
E-Mail Address
valerie.gaines@bolling.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, Full time Catholic Priest Services Purchase Order is issued as a Request for Quotation (RFQ), FA7012-08-T-0068. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This Request for Quotation is a 100% small business set-aside. The NAICS code for this solicitation is 813110. The small business size standard under this NAICS code is $7,000,000 annually. CONTRACT LINE ITEM NUMBERS: 0001: Nonpersonal Services: The contractor shall furnish personnel and transportation necessary to provide a full time contract Catholic Priest for Saint Michael's Parrish at Bolling AFB, DC, in accordance with the Performance Work Statement (PWS) below. QTY: 12 MONTHS, UNIT PRICE: ________, EXTENDED AMOUNT: _________. Period of Performance is 1 October 2008 through 30 September 2009. DESCRIPTION OF SERVICES. 1.0 SCOPE OF WORK: The contractor shall furnish personnel and transportation necessary to provide a full time contract Catholic Priest for Saint Michael's Catholic Community at Bolling AFB under the direction of the Wing Chaplain. The contractor shall provide for the religious and spiritual needs of the Air Force and their families. The contractor shall support individual rights under the First Amendment to the US Constitution and shall provide an opportunity for everyone to freely exercise their religious beliefs. 2.0 GENERAL INFORMATION 2.1 QUALIFICATIONS REQUIRED: 2.1.1 The contractor shall be a duly ordained Roman Catholic priest in good standing with the bishop of his diocese or the superior of his religious order in the Catholic Church and must be endorsed by document. 2.1.2 The contractor shall provide written proof of permission from his diocesan bishop or religious superior to enter into these services as a priest as well as provide a current Ecclesiastical Endorsement from the Archdiocese for the Military Services (AMS), USA (http://www.milarch.org/). 2.1.3 The contractor shall be knowledgeable of Scriptures and teachings of the Roman Catholic faith and Canon law. 2.1.4 The contractor shall be knowledgeable of the role of a Catholic chaplain in a diverse and pluralistic military religious environment. 2.1.5 The contractor shall be able to oversee a comprehensive Catholic religious education program for the local installation and associated community. 2.1.6 The contractor shall be able to work with chaplains and chaplain assistants in an ecumenical/interfaith setting. 2.1.7 The contractor shall have knowledge of military protocol or be willing to learn. 2.1.8 The contractor shall possess computer skills with a working knowledge of: Microsoft Word, Excel, Outlook, Power Point and Desktop Publishing. 2.1.9 The contractor shall submit to a background check as is consistent with 11th Wing policies and procedures per DoDI 1402.5. 2.1.10 The contractor shall be positive, self-directed, motivated, and able to interface well with people. The contractor shall 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 contractor shall be able to work collaboratively with a diverse chapel staff. 2.1.11 The contractor shall possess strong people skills and an ability to work with various chapel committees. The contractor shall be able to listen and follow instructions' from the Wing Chaplain and NCIOC, Chapel Operations. 2.2 RESPONSIBILITIES 2.2.1 The contractor shall, under the direction of the Wing Chaplain; plan, organize, and direct the activities of the Base Chapel Catholic community, ensuring that the Catholic program complies with legal and regulatory requirements and meets customer needs. 2.2.2 The contractor shall provide administrative support, religious services, and pastoral care in support of: Daily Mass, Sunday Mass with an opportunity for the Sacrament of Reconciliation, baptisms, weddings, annulments, parish funerals, fellowship/hospitality, Lent/Advent Penance Services, Ash Wednesday, Holy Tridiuum Services, Holy Day Masses, Religious Education and compile ministry information on the 1270 statistical data form. 2.2.3 The contractor shall develop goals and objectives that integrate the organization with the Roman Catholic Church objectives. 2.2.4 The contractor shall read and apply AFPD 52-1, AFI 52-101, 102 & 102 vol. II, 104, 105 vol. I, II, III, IV, and local Operating Instructions (OI) instituted by 11th WG Wing Chaplain (AW/HC). 2.2.5 The contractor shall, with the approval of the Wing Chaplain, establish periods for Catholic worship, provide proper liturgical environment, and conduct scheduled Eucharistic services as well as devotions, prayer services, sacramental rites and religious education. 2.2.6 The contractor shall initiate the development of special services in times of national crises and mourning or national celebration and thanksgiving services. 2.2.7 The contractor shall prepare and deliver homilies/sermons and prepare and submit worship bulletins for reproduction to the NCOIC or Catholic Pastoral Assistant. 2.2.8 The contractor shall provide sacramental ministry to all Catholic military members and their family members to include the services of the Sacrament of the Anointing of the sick and/or Viaticum. 2.2.9 The contractor shall regularly attend the Parish Pastoral Advisory Council meetings and Wing Chapel staff meetings to report on the Catholic Parish ministry. Also attends all scheduled liturgy meetings on a regular basis to assist in coordination of dates, times and places of all parish liturgies (especially seasonal liturgical events, i.e. Advent, Christmas, Lent, Easter, etc.) 2.2.10 The contractor is part of the Catholic Pastoral Team which consists of the Catholic Priest, the Catholic Religious Education Coordinator, the Catholic Community Coordinator, and the Catholic Music Coordinator. The contractor shall be able to work well with the team. 2.2.11 The contractor shall be involved in all Catholic programs; oversee the activities of Catholic Lay Organizations such as Catholic Youth, Catholic Women and Catholic Men. 2.2.12 The contractor shall be available to teach as needed, such as Religious Education classes and liturgical ministry training. 2.2.13 The contractor shall be directly responsible for securing chapel facilities when used after normal duty hours. 2.2.14 The contractor may substitue any of the above listed services as long as the substitue priest meets all of the ecclesiastical requirements in the PWS and with the approval of the Wing Chaplain. 2.3 TRAVEL: The contractor shall perform travel between Bolling AFB, DC and non-local facilities as required during the performance period of this contract. Non-local travel will be on a cost reimbursable basis. The contractor shall submit a travel itinerary and estimated cost for approval by the QAP not later than five workdays prior to travel. Reimbursement of expenses will be consistent with the JTR (Joint Travel Regulations) and Federal Travel Regulations (FTR) guidance. All non-local travel arrangements will normally be the responsibility of the contractor including, but not limited to, airline, hotel, and rental car reservations. The contractor should make all efforts to schedule travel far enough in advance to take advantage of reduced airfares to include non-refundable airfares should that be in the best interest of the government. The contractor shall monitor all non-local expenditures and provide expense status in the Monthly Status Report. The contractor shall not exceed the estimated amount included in the contract without prior authorization by the Contracting Officer (CO). 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES. Government furnished property; facility and equipment are listed in Appendix 4.2. 3.1 Government-Furnished Utilities. The government will furnish utilities for the operation of the facilities provide. These utilities include heating, fuels, gas, electricity, water, sewer, class-C phone lines (for official calls only), postal distribution, refuse collection, fire and police protection and sever emergency medical. 3.2 Conservation of Utilities. The contractor shall ensure employees practice utilities conservation. The contractor shall operate under conditions that prevent the waste of utilities to include; turning off lights and water faucets when not in use. 3.3 Government Owned. The contractor shall be responsible for operating the government owned equipment. Should any item require repair or replacement due to negligence, the contractor shall be responsible for all such repairs or replacement at no cost to the government. All equipment shall be used only in the performance of this contract. 3.4 The Contractor will submit funds request for any special supplies needed to perform services in the PWS not provided under 3.1 above. 4.0 TIME/LOCATION, FREQUENCY OF SERVICES: 4.1 The contractor shall maintain office hours and lunch hours of a time agreed upon by the Wing Chaplain. However, the contractor may be required to work irregular duty hours; e.g., night/weekend duty, and extended hours and emergency ministrations as required, a minimum of 40 hours per week. The Wing Chaplain or designated representative reserves the right to change the work schedule provided the contractor is given notice one week prior to the change. 4.2. Appendix. Government Furnished Equipment and Supply List - Equipment located at the Bolling AFB Chapel: 1ea Dedicated office (10'11"x14'5"), 1ea Office desk, 1ea Office chair, 1ea Computer with monitor, keyboard, and mouse, 1ea Dedicated B&W laser printer, 1ea Telephone with dedicated phone number FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-2, Evaluations-Commercial Items, applies to this acquisition. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation and price is determined 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 required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. 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, 52.214-31, 52.214-34, 52.214-35, 52.225-13, 52.223-5, 52.223-6, 52.232-19, 52.237-2, 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, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.232-7003 and 252.247-7023, ALT III, 252.243-7001, 252.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andres AFB, Camp Springs, MD 20762, phone #301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.233-3 and 52.233-4. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotations must be received by 4:00 P.M. Eastern Standard Time (EST) on 19 September 2008. Quotations can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032, faxed to (202) 767-7887 or e-mailed to Jennifer.block@afncr.af.mil. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed in writing to Jennifer A. Block, Contracting Specialist NLT 4:00 P.M. Eastern Standard Time (EST) on 16 September 2008. You can reach me at (202) 767-8101.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6a74f8ab19f70f6449d576865926fee7&tab=core&_cview=1)
 
Place of Performance
Address: Bolling Chapel, 310 Angell Street, Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01665953-W 20080912/080910221947-6a74f8ab19f70f6449d576865926fee7 (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.