Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOLICITATION NOTICE

R -- Catholic Priest Services for Fort Carson, Colorado

Notice Date
10/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-10-T-0001
 
Response Due
10/23/2009
 
Archive Date
12/22/2009
 
Point of Contact
Hannah Montoya, 719-526-4479
 
E-Mail Address
ACA, Fort Carson
(hannah.montoya@us.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, W911RZ-10-T-0001; quotes are being requested and a written solicitation will not be issued. Fort Carson intends to award a Firm-Fixed-Price, Single Award Schedule, Indefinite-Delivery Indefinite-Quantity Contract for Catholic Priest services for a period of one base year plus four option periods. The option periods may or may not be exercised at the discretion of the government. The North American Industrial Classification System (NAICS) code for this procurement is 813110 with a small business size standard of $7.0 million dollars. This acquisition is set aside 100% for small businesses. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Catholic Priest services in accordance with the Performance Work Statement (PWS). Period of Performance: 1 November 2009-31 October 2010. Base Year Catholic Priest Services IAW PWS QTY Unit Price Per Unit Total Sunday Mass 10 EST Each $_________ $_______ Saturday Mass 52 EST Each $_________ $_______ Baptisms 24 EST Each $_________ $_______ Weddings/Rehearsals 4 EST Each $_________ $_______ Confessions 52 EST Week $_________ _______ CLIN 0002 Contractor Manpower Reporting QTY Unit Price Per Unit (per item 2.2 in the PWS). Cost, if any, for CMR reporting once per year 1 Each $__________ CLIN Total $ ____________ CLIN 1001: Option Period 1 Catholic Priest Services IAW PWS QTY Unit Price Per Unit Total Sunday Mass 10 EST Each $_________ $_______ Saturday Mass 52 EST Each $_________ $_______ Baptisms 24 EST Each $_________ $_______ Weddings/Rehearsals 4 EST Each $_________ $___ Confessions 2 EST Week $_________ $_______ CLIN 1002 Contractor Manpower Reporting QTY Unit Price Per Unit (per item 2.2 in the PWS). Cost,if any, for CMR reporting once per year 1 Each $ __________ CLIN Total $ ____________ CLIN 2001: Option Period 2 Catholic Priest Services IAW PWS QTY Unit Price Per Unit Total Sunday Mass 10 EST Each $_________ $_______ Saturday Mass 52 EST Each $_________ $_______ Baptisms 24 EST Each $_________ $_______ Weddings/Rehearsals 4 EST Each $_________ $_______ Confessions 52 EST Week $_________ $_______ CLIN 2002 Contractor Manpower Reporting QTY Unit Price Per Unit (per item 2.2 in the PWS). Cost, if any, for CMR reporting once per year 1 Each $ __________ CLIN Total $ ____________ CLIN 3001: Option Period 3 Catholic Priest Services IAW PWS QTY Unit Price Per Unit Total Sunday Mass 10 EST Each $_________ $_______ Saturday Mass 52 EST Each $_________ $_______ Baptisms 24 EST Each $_________ $_______ Weddings/Rehearsals 4 EST Each $_________ $_______ Confessions 52 EST Week $_________ $_______ CLIN 3002 Contractor Manpower Reporting QTY Unit Price Per Unit (Per item 2.2 in the PWS). Cost, if any, for CMR reporting once per year 1 Each $ __________ CLIN Total $ ____________ CLIN 4001: Option Period 4 Catholic Priest Services IAW PWS QTY Unit Price Per Unit Total Sunday Mass 10 EST Each $_________ $______ Saturday Mass 52 EST Each $_________ $_______ Baptisms 24 EST Each $_________ $_______ Weddings/Rehearsals 4 EST Each $_________ $_______ Confessions 52 EST Week $_________ $_______ CLIN 4002 Contractor Manpower Reporting QTY Unit Price Per Unit per item 2.2 in the PWS). Cost, if any, for CMR reporting once per year 1 Each $ __________ CLIN Total $ ____________ Total Price $ ____________ FAR and DFARS Provisions and Clauses: The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) (Jun 2008), 52.212-2 (Evaluation Commercial Items) (Jan 1999) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. (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. (End of provision) 52.212-3 (Offeror Representations and Certifications Commercial Items) (Jun 2008) The contractor shall fill in provision 52.212-3 available at http://farsite.hill.af.mil or complete the online certifications and representations at http://orca.bpn.gov. (End of provision) Clauses: 52.204-7 (Central Contractor Registration) (Apr 2008), 52.212-4 (Contract Terms and Conditions Commercial Items) (Feb 2007), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items) (Sep 2008), 52.216-18 (Ordering) (Oct 1995), (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 November 2009 through 30 April 2015. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 (Order Limitations) (Oct 1995), (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $3,000, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor; (Including Options) (1) Any order for a single item in excess of $500; (2) Any order for a combination of items in excess of $60,000; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 (Indefinite Quantity) (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 April 2015. (End of clause) 52.216-27 (Single or Multiple Awards) (Oct 1995), 52.217-8 (Option to Extend Services) (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days. (End of clause) 52.217-9 (Option to Extend the Term of the Contract) (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. (End of clause) 52.219-28 (Small Business Representation) (Jun 2007), 52.222-3 (Convict Labor) (Jun 2003), 52.222-21 (Prohibition of segregated facilities) (Feb 1999), 52.222-26 (Equal Opportunity) (Mar 2007), 52.222-43 (Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009), 52.222-50 (Combat Trafficking in Persons) (Aug 2007), 52.223-5 (Pollution Prevention and Right-to-Know Information) (Aug 2003), 52.223-10 (Waste Reduction Program) (Aug 2000), 52.225-13 (Restrictions on Certain Foreign Purchases) (June 2008), 52.232-19 (Availability of Funds for the Next Fiscal Year) (Apr 1984), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) (Oct 2003), 52.252-2 (Clauses Incorporated by Reference) (Feb 1998), 52.237-2 (Protection of Government Buildings, Equipment, and Vegetation) (Apr 1984), 252.201-7000 (Contracting Officer's Representative) (Dec 1991), 252.204-7000 (Disclosure Of Information) (Dec 1991), 252.204-7004 Alternate A (Central Contractor Registration) (Sep 2007), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008), 252.225-7001 (Buy American Act and Balance of Payments) (Jun 2005), 252.232-7003 (Electronic Submission of Payment Requests) (Mar 2008), 252.225-7002 (Qualifying Country Sources As Subcontractors) (Apr 2003). 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. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Hannah Montoya, Contracting Specialist, and e-mailed to hannah.montoya@us.army.mil, all questions or inquires shall be submitted in writing no later than 19 October 2009, 12:00 p.m. Mountain Time. No phone calls will be accepted. All responses shall be received by 12:00 p.m. Mountain Time on 23 October 2009. Quotes can be e-mailed to hannah.montoya@us.army.mil. An official authorized to bind your company must sign the quote and include three past performance references. All quotes shall reference any amendments to this solicitation. PAST PERFORMANCE INFORMATION. The offeror shall provide at least three (3) but no more than five (5) of the most relevant contracts performed for Federal agencies and commercial customers within three (3) years from the date of receipt of proposals. Relevant contracts include those where the offeror performed services of a similar scope, magnitude, and complexity as those required under this solicitation. Contracts that provide all aspects of the services required by this solicitation will be considered more relevant than those contracts for only portions of the services required. In addition, the Government may use past performance information obtained from other than the sources identified by the offeror. Past performance information is limited to no more than two (2) pages per contract listed. Information submitted should contain at least the following for each contract/reference: - Contract number. - Period of Performance. - Contract Type (i.e., fixed price, time and materials, etc.) - Indicating whether government or commercial contract and the dollar amount. - Include a summary description of any subcontractor and the scope of involvement. - Contracting agency, including name and telephone number of contract administrator, buyer or Contracting Officer. - Type of service provided and number of facilities serviced. Performance Work Statement (PWS): PERFORMANCE WORK STATEMENT (PWS) FOR FORT CARSON ROMAN CATHOLIC CIVILIAN CONTRACT PRIESTS FOR WEEKENDS AND SPECIAL DAYS 1.0 General. The service provider shall provide all personnel, labor, supervision, coordination, and transportation necessary to perform non-personal services as the Civilian Clergy for the Catholic Community who worship at Soldiers Memorial Chapel on Fort Carson. The service provider shall work independently and shall not be subject to the supervision or control of the Government. 1.1 Scope Of Work. a. The Civilian Clergy, hereinafter referred to as service provider, shall coordinate with the Installation Staff Chaplain and the Senior Catholic Chaplain to provide for the worship needs of the Catholic personnel. b. The contract period will be from 01 November 2009 or date of award, whichever is later, through 31 October 2010. 1.2 Qualifications. 1.2.1 The service provider 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. 1.2.2 The service provider 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 Military Services (AMS), USA (http://www.milarch.org/) The Contractor will adhere to the policies defined in the Minimum Requirements for the Pastoral Care of Catholic Personnel as published by AMS dated 20 August 2008. 1.2.3 The service provider shall be knowledgeable of Sacred Scriptures and teachings of the Roman Catholic faith and Canon law. 1.2.4 The service provider shall be knowledgeable of the role of a Catholic chaplain in a diverse and pluralistic military religious government. 1.2.5 The service provider shall be able to oversee a comprehensive Catholic religious education program for the local installation and associated community. 1.2.6 The service provider shall be able to work with chaplains and chaplain assistants in an ecumenical/interfaith setting. 1.2.7 The service provider shall have knowledge of military protocol or be willing to learn. 1.2.8 The service provider shall possess computer skills with a working knowledge of: Microsoft, Word, Excel, Outlook, Power Point and Desktop Publishing. 1.2.9 The service provider shall submit to a background check as is consistent with procedures per DoDI 1402.5. 1.3 Physical Security. The service provider shall ensure that the equipment and facilities being used have been secured prior to departure. The service provider shall not remove any property from the Chapel for any reason, without prior approval from the Installation Staff Chaplain. 1.4 Hours of Operation. The service provider shall conduct worship services for the following scheduled Masses on post: 1700 hrs, Saturday at Soldiers Memorial Chapel and may be required to conduct worship services at 0915 Sunday morning at Soldiers Memorial Chapel when requested by the Senior Catholic Chaplain.The service provider shall be required on special occasions or emergency situations other than Sundays and Saturdays with prior arrangement with the Senior Catholic Chaplain.The service provider shall be given a one month notice when possible to report for conduct of required worship services. The service provider shall invoice and be paid only for services performed. 1.4.1 Scheduled Activities and Quantities. Service provider shall conduct the following worship services: (All quantities are estimated) 1. Sunday Mass Quantity: 10 Services Unit: EA 2. Saturday Mass Quantity: 52 Services Unit: EA 3. Baptisms Quantity: 24 Services Unit: EA 4. Weddings/Rehearsals Quantity: 4 Services Unit: EA 5. Confessions Quantity: 52 Weeks Unit: EA 1.4.2 Subcontracting Services. In the event that the prime service provider cannot perform a specified service, the prime service provider shall provide a subcontractor/alternate Civilian Clergy to perform the specified service. The prime service provider shall provide all publications/forms stated in section 2.3 for the subcontractor/alternate Civilian Clergy before the start of any specified service(s). 1.5 Conservation of Utilities and Supplies. Service provider shall ensure that only the items and the quantities of those items that are absolutely necessary for the conduct of the musical program are used. 1.6 Government Furnished Items and Services. The Government shall make available to the service provider the use of Chapel facilities, the community standard operating procedures, telephone access for official calls, materials and equipment (i.e. song books, sheet music, piano and organ, and sound system) that the service provider needs for the performance of the services under this contract. 1.7 Fort Carson Post Access. The service provider is required to obtain a vehicle pass in order to access the Post. This can be done at Gate 1 only. Proper state registration (or a rental agreement), proof of insurance, and a valid drivers license are required. Fort Carson military installation is a limited access post with controlled gate openings and closures. Unscheduled gate closures by the Military Police may occur at anytime and all personnel entering or exiting the installation may experience a delay in do so due to vehicle inspections, registrations, wearing of seat belts, etc. Delays resulting from such closures or controls shall not result in price or schedule adjustments for the service provider absent proof by the service provider that such closures or controls were unexpected and exceptional. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property. Service provider vehicles (service provider-owned and personal), service provider employees, and their personal property shall be subject to searches upon entering or leaving the Installation. 1.8 Emergency Medical Treatment. Emergency medical treatment will be provided by the Evans Army Community Hospital in order to prevent undue suffering or loss of life. Emergencies will be treated only during the period of emergency and appropriate action will be taken to discharge or transfer such patients as soon as the emergency period ends. Charges for medical care will be at the prevailing rate and at the service providers expense. 1.9 Minimum Quality Standards. a. The service provider shall present a neat, well groomed appearance at all times during the performance of this contract. b. The service provider shall present these services in English. 2.0 Specific Tasks. The service provider shall perform the following services: a. Conduct Saturday Masses or during holy days other than Saturdays as needed and scheduled by Senior Catholic Chaplain by prior arrangement. The service provider shall conduct the worship services in English and in accordance with the General Instruction of the Roman Missal (GIRM). b. Offer Sacrament of Reconciliation (Confession). The service provider shall be available for 30 Minutes before the Mass to hear confession from those members of the congregation desiring such ministry; the service provider shall also be asked to hear confessions on these following special occasions: First Holy Communion, Confirmation, Advent and Lent Penance Services. c. Offer Prayers for the Sick (Last Rites). The service provider shall be available in case of emergency to offer appropriate pastoral care to Catholic personnel to include active duty soldiers and their families. Emergency shall be defined as a potentially life threatening situation. d. Other Sacraments. The service provider shall also perform other sacraments to include baptism and matrimony, etc. 2.1 Applicable Publications and Forms. The service provider shall submit the following: a. AR 165-1, Chaplain Activities in the United States Army, 27 March 1998. b. Letter of good standing from the bishop of his diocese or the superior of his religious order in the Catholic Church and the document shall be endorsed by the bishop/superior of the diocese. c. 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 Military Services (AMS), USA (http://www.milarch.org/). d. Background check as is consistent with procedures per DoDI 1402.5. 2.2 Contractor Manpower Reporting. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. The required 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 sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor 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 purposes of reporting this information); (11) Locations where contractor and sub-contractors 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) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar 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 files 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. End of PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b98660c17d2cd306365471f57d0db839)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN01986107-W 20091017/091015235148-b98660c17d2cd306365471f57d0db839 (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.