Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

R -- Chapel Hospital Coordinator; Travis AFB

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z0450160A002
 
Archive Date
9/8/2010
 
Point of Contact
David A. Volberg, Phone: 7074247737, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
david.volberg@travis.af.mil, josephine.cobb@travis.af.mil
(david.volberg@travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a posting 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. The solicitation number is F3Z0450160A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43, Effective 2 August 2010, DCN 20100810, and AFAC 2010-0402, effective 20 July, 2010. This acquistion will be solicited as. The North American Industry Classification System (NAICS) code is 561110. The business size standard is $7 M. The Federal Supply Class (FSC) is R699. The Standard Industrial Classification (SIC) is 8741. Requirement Description: Travis AFB intends to award a purchase order for Chapel Hospital Coordinator. The requirement is as follows.... CLIN 0001: (12 months) Chapel Hospital Coordinator (see statement of work) Base Year - 01 Oct 2010 - 30 Sep 2011; (Option Years: Option 1 01 Oct - 2011 - 30 Sep 2012; Option 2 01 Oct - 2012 - 30 Sep 2013; Option 3 01 Oct - 2013 - 30 Sep 2014; Option 4 01 Oct - 2014 - 30 Sep 2015) *** Vendors shall provide pricing for Base Year and all option years. Award shall be made in the aggregate, all or none. Please provide quotes valid until 01 October 2010 The following provisions/clauses apply to this solicitation: FAR clauses: 52.204-9 Personal Identity Verification of Contractor Personnel. 52.212-1 Instruction to Offerors - Commercial Items, 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: (i) technical capability of the item offered to meet the Government requirement in accordance with the statement of work; (ii) price, 52.212-3 (ALT I) Offeror Representations and Certifications -- Commercial Items,https://orca.bpn.gov/ 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions -- Commercial Items (Deviation) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Terms of the Contract 52.219-28 Post Award Small Business Program 52.219-6 Notice of Total SB Set Aside 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.233-4 Applicable Law for Breach of Contracts 52.252-2 Clauses Inorporated by Reverence *** Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil 52.252-6 Authorized Deviation in Clauses*** Use the following fill-in: Defense Federal Acquisition Regulation 48 Chapter 2 DFARS Clauses 252.204-7003 Control of Government Personnel Work Products 252.212-7001 Contract Terms and Conditions (Dev) 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea AFFARS Clauses 5352.201-9101 OMBUDSMAN 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. All Vendors must actively be registered with the Central Contrac tor Registration (CCR) [ http://www.ccr.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov]. Please send any responses to david.volberg@travis.af.mil or fax to 707 424 7737. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. Please submit all questions or concerns pertaining to the solicitation NO LATER THAN 19 August 2010 via fax or email to the appropriate point of contact. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 24 August 2010, 12:00 PM, PST quotes are to be provided by fax or email. Points of contact: Contracting Specialist: Amn David Volberg - 707 424 7737 - david.volberg@travis.af.mil Contracting Officer: Josephine Cobb - 707 424 7720 - josephine.cobb@travis.af.mil Fax Number: 707 424 5189 NOTE: The original solicitation was posted to www.fbo.gov, keyword/solicitation #: F3Z0450160A002. If this solicitation has been received from an alternate source please send email to Contract Specialist to be notified of any modfication to this posting up until it is scheduled to close. Failure to provide this notification may result in not receiving the proper information necessary to provide a qualifying quote STATEMENT OF WORK: CHAPEL HOSPITAL COORDINATOR 01 October 2010 - 30 September 2011 1. Contract Position Title. Chapel Hospital Coordinator. 2. Scope of Responsibilities. Serves as resource person, advisor and coordinator of religious programs for the David Grant Medical Center Chapel at Travis AFB. The coordinator consults and coordinates with the Wing Chaplain, who in tum monitors the contractor's work. 3. Education and Experience Requirement. The Chapel Hospital Coordinator must have: A. An extensive background in hospital lay ministry with an understanding of pastoral care and support of patients, family members, and staff in spiritual need. B. Training in Clinical Pastoral Education and knowledge of hospice programs and/or training in death and dying. C. Clerical and receptionist skills. An ability to work well with the public in a professional office setting. D. An ability to organize and administer programs with little supervision. 4. General Responsibilities. The Chapel Hospital Coordinator will: A. Provide a point of contact with the general hospital public during the absence of the hospital chaplain. B. Perform administrative duties associated with the hospital ministry as assigned by the hospital chaplain. Perform ordering of administrative and chapel supplies through proper channels. C. Recruit, train, and encourage new lay volunteers in visitation of hospital patients, family, and staff members. D. Demonstrate personal and professional attitude, appearance, and behavior consistent with a chapel staff position. Perform other duties as required by the hospital chaplain. E. Vendor is responsible for submitting hours worked in ink to the Appropriated Fund Approving Official at the end of each month for payment, not before the end of the month and no later than the 10th day of the following month. Payment will be issued within 30 days of invoice receipt. F. Attend all staff meetings and provide a hospital ministry report. 5. Working Hours and Extended Period of Absence: The minimum work hours are six (6) hours a day, Monday through Friday, with a minimum of thirty (30) hours per week, not to exceed one hundred thirty two (132) hours per month. The Vendor is required to give the Appropriated Fund Approving Official a two-week notice of any extended period of absence. Extended period of absence is defined as an absence for more than three days. The Vendor will provide a substitute to perform services in their absence. This substitute must be of equal or greater capability than vendor and approved by the approving official. Vendor will develop a documented method of reimbursement for any substitutes. 6. The Wing Chaplain: A. Reviews the contract annually to consider exercise of option. B. Provides CTOF for at least one training event that relates specifically to hospital ministry, when funding is available and cannot be provided by appropriated funds. C. Ensures that the unit rate of payment for the services described in this SOW is in 12 monthly installments. D. Provides office space with desk, chair, computer, printer, phone, expendable office supplies and other items deemed necessary to perform services described in this SOW if the hospital commander does not provide these. 7. The Appropriated Fund Approving Official. The Approving Official will monitor and inspect the contractor's performance. The contractor will be notified in writing of all noncompliance work, and given an opportunity to correct nonconforming work. The contractor will be given an opportunity to respond in writing to any notice of noncompliance. 8. Exercise of Option. The government may extend this contract for an additional 12 months by issuing written notice to the contractor within 30 days of contract expiration. The preliminary notice does not commit the government to an extension. If the government exercises the option, the extended contract is considered to include this option provision and at the applicable prices set forth in the bid schedule. 9. Contract Termination. This Contract may be terminated by the Contractor or government upon 30 calendar days notice in writing, or either party at any time for default of the other party in any of the conditions or provisions herein contained. Any notice required to be given by either party under any provisions of this Contract is sufficient for all purposes when sent in writing by the United States Postal Service registered mail, postage thereon prepaid, addressed to the other party at the place of business designated herein. 10. Dispute Clause. Any grievance by the Contractor should be resolved at the lowest level. The chain of command is as follows: Appropriated Fund Approving Official then the Wing Chaplain. If this does not resolve the conflict, the contractor will follow guidance in Paragraph 2, General Provisions Memorandum.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0450160A002/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02240989-W 20100815/100814000616-cdaf79f172fabc90d4e50072cb01a770 (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.