Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

G -- CLINICAL CENTER CHAPLAIN SERVICES FOR PATIENTS AND FAMILIES - Chaplain Services

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
13-013049
 
Archive Date
8/28/2013
 
Point of Contact
Malinda Dehner, Phone: 301-594-6320, Barbara Taylor, Phone: 301-594-5915
 
E-Mail Address
dehnerm@cc.nih.gov, Barbara_Taylor@nih.gov
(dehnerm@cc.nih.gov, Barbara_Taylor@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial services and/or supplies 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 for this requirement is 13-013049 and is hereby issued as a Request for Quote (RFQ) using FAR Part 13, Simplified Acquisition Procedures. All quotations are due on 13 August 2013 by 3:00PM Eastern. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-68. The North American Industry Classification System code (NAICS) is 813110, with a Small Business Size Standard of $7 Million. This requirement is being solicited as a 100% small business set-aside. A firm fixed price purchase order will be awarded. DESCRIPTION OF REQUIREMENT: The National Institutes of Health (NIH), Department of Spiritual Care (SCD) has a requirement for one full time or two part time chaplains to provide pastoral care services to patients of the Clinical Center, NIH and their families without regard to the patient's religious affiliation. Duties for this requirement include: initial visits, routine follow-up/continual care visits, sacramental visits, referral visits, counseling sessions, caregiver support and on-call services. The contract chaplain participates in interdisciplinary team meetings and patient care conferences as assigned. Additionally, the contract chaplain interprets the function and work of the SCD to the Clinical Center community and to the community at large. The contract period of performance for this requirement is only an estimate. The contract is estimated to begin on/or around August 19, 2013. The total contract hours may vary between 10 to 20 hours per week, for an estimated 260-520 hours for the six (6) month contract period. The core hours for this part time position is between 8:30AM-5:00PM. Contract line item is as follows (Based upon approximately 260-520 hours per year, 10- 20 hours per week): 0001 - Chaplain Pastoral Services (Base Period) 19 August 2013 - 18 February 2014 Unit of Issue: Hours Quantity: (Est. 260-520) Total Price __________ per/hour. DELIVERY ADDRESS: The services are to be rendered at the National Institutes of Health, Building 10, 9000 Rockville Pike, Bethesda, MD 20892. PROVISIONS/CLAUSES: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions/clauses may be obtained via www.arnet.gov): Provision: 52.212-1 Instruction to Offerors-Commercial Items Clauses: 52.203-7 Anti-Kickback Procedures; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representations; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222.-53 Exemption from Application of the Service Contract Act for Certain-Requirements; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification ; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3; 52.233-4 Applicable Law for Breach of Contract Claim; 52.217-8 Option to Extend Services. The following FAR provisions and clauses apply to this solicitation and are incorporated in full text: Provisions: 52.212-1 Instruction to Offerors-Commercial Items-ADDENDUM OFFER PREPARATION INSTRUCTIONS: (a) To assure timely and equitable evaluation of the offer, the offeror must follow the instructions contained herein. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Technical proposal - Provide candidate qualifications specified in the Statement of Work (SOW) Section "Qualifications" page 1 to include resume with a minimum of two (2) references cited with contact information. Provide transcripts of completion of a Masters of Divinity Degree or equivalent from an accredited school of Divinity. 2) Pricing Schedule - Provide hourly pricing rate for service in contract line item 0001. 3) Past Performance - Provide examples of past performance to include four (4) years documented experience in a similar or related field as indicated in Statement of Work. Independent Offerors - Provide a maximum of four of the most recent contracts, employment and/or volunteer efforts for the same or similar type of services performed within the last four (4) years from the date of RFQ issuance. Furnish the following for each reference: (i) Company/Organization (ii) Description of services rendered or job performed (iii) Period of performance (iv) Point of contact (v) Contract number (if applicable) (vi) Contact information (if applicable) (vii) Customer/Agency (viii) Customer/Agency contact information (ix) Comments regarding compliance with organization terms and conditions (x) Comments regarding any known performance deemed unacceptable to the customer and mitigating circumstances Corporate Offerors - Provide a maximum of three of the most recent contracts for same or similar services performed within the past three (3) years from the date of RFQ issuance. Furnish the following for each reference: (i) Company/Division Name (ii) Description of services rendered (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Contact information (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer and mitigating circumstances Proposals must list the company name, address, and point of contact to include phone number and email address. In order to be eligible for award, the company must be registered in the System for Award Management (SAM) www.sam.gov. (End of Addendum) 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers under a "best value" method. These factors are specified in order of importance. 1. TECHNICAL - Any offeror wishing to be considered technically acceptable must meet the minimum qualifications outlined under sectiion Qualifications in the Statement of Work attached dated August 6, 2013. 2. PRICE 3. PAST PERFORMANCE (b) 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 Offerors Representations and Certifications - Commercial Items Alternate 1; 52.252-1 Solicitation Provisions Incorporated by Reference Clauses: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Questions or comments referencing this posting number may be submitted to the CC, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Malinda Dehner, Contract Specialist, dehnerm@cc.nih.gov by the due date and time marked in this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/13-013049/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03138323-W 20130808/130806235320-f551f238bdf7b50fa6021533a708bb16 (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.