SOLICITATION NOTICE
R -- CHAPLAIN RELIGIOUS ENRICHMENT DEVELOPMENT OPERATION (CREDO) PROGRAM RETREAT FACILITATOR
- Notice Date
- 3/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024414T0043
- Response Due
- 4/1/2014
- Archive Date
- 1/26/2015
- Point of Contact
- CHARLES E. FLETCHER II 619-556-5519
- E-Mail Address
-
Contract Specialist
(charles.e.fletcher@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS. The RFQ number is N00244-14-T-0043. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 11. It ™s the responsibility of the contractor to be familiar to with the applicable clauses and provisions. The clauses can be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars.index.htm. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Code “ R408 Program Management Support Services “ NAICS 813110 Religious Organizations. The Small Business Standard Size is $7M. The agency need of the following requirements: ITEM NUMBER 0001 PROGRAM RETREAT FACILITATOR, Qty: 1 LOT PERIOD OF PERFORMANCE: 05 MAY 2014 “ 04 MAY 2015 NOTE: PRICING TO BE ITEMIZED MONTHLY FOR THE PERIOD OF PERFORMANCE ITEM NUMBER 0002 OPTION YR 1 PROGRAM RETREAT FACILITATOR, Qty: 1 LOT PERIOD OF PERFORMANCE: 05 MAY 2015 “ 04 MAY 2016 NOTE: PRICING TO BE ITEMIZED MONTHLY FOR THE PERIOD OF PERFORMANCE Invoicing is monthly in arrears. The method of payment is electronic through Wide Area Work Flow (WAWF). Attachments to the solicitation are the Statement of Work (SOW), Past Performance Contractor Performance Data Sheet, Section L General Instructions, Section M Evaluation Factors for Award and the Wage Determination. The requirement is for a Firm-Fixed Price service type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following clauses and provisions apply: FAR 52.04- Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; FAR 52.232-18 Availability of Funds; FAR 52.233-1 Disputes; FAR 52.204-9 Personal Identity Verification of Contract Personnel; FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-2 Evaluation ”Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ”Commercial Items (JAN 2013) (Deviation) applies as well as the following clauses; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (May 2012) applies with the following applicable clauses: FAR 52.203.13- Contractor Code Of Business Ethics and Conduct (Apr 2010); FAR 52.204-7 Central Contractor Registration; FAR 52.217-8 Option To Extend Services (Nov 1999); FAR 52.217-9 Option To Extend the Term of the Contract (Mar 2000); FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov2011); FAR 52.219-8 Utilization of Small Business Concerns (June 2011); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Mar 2012); FAR 52.222-21 “ Prohibitions of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 1998); FAR 52.222-41 Service Contract Act of 1965 (Nov 2007); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act ”Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); FAR 52.222-48 Exemption From Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (Feb 2009); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.225-1 Buy American Act ”Supplies (June 2003); FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications; FAR 52.233-4 Applicable Law for Breach of Claims; FAR 52.232-36 Payment by Third Party; FAR 52.245-1 Government Property (Apr 2012); FAR 52.245-9 Use and Charges (Apr 2012); FAR 52.247-34 F.O.B. Destination; FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form); FAR 52.252-2 Clauses incorporated by Reference (Feb 1998); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2012), applies with the following clauses applicable for paragraph (b); DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); FAR 52.203- Gratuities (Apr 1984); 252.225-7001 Buy American and Balance of Payments Program (Jun 2012); DFARS 252.204-7004 Required Central Contractor Registration; 5252.237-9402 Resume Requirements (June 1994); Award By Full Quantity; Review Agency Protests; Subpart 5237.1-Service Contracts General and Unit Prices. The offeror must submit a price for all items in this solicitation to be eligible for award. The award resulting from this solicitation will be a Firm Fixed Price (FFP) service contract. It will be awarded as Lowest Priced Technically Acceptable (LPTA) procurement under FAR Part 12. This solicitation is set aside 100% Small Business set-aside. All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.sam.gov Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAMS database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your proposal. Responses to this offer are required in electronic format. Offerors shall ensure that the evaluation factors identified herein are adequately addressed in their proposal submissions. The overall proposal shall consist of three (3) physically separate parts, individually titled Volumes 1, 2, and 3. Individual volumes shall contain the following: Volume I -Technical Capabilities and Experience (Do Not Include Pricing Info) Volume II - Past Performance (Do Not Include Pricing Info) Volume III - Price NOTE: An offer may be submitted through e-mail. No mailed copy will be accepted. E-mail to charles.e.fletcher@navy.mil. 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 (ii) PAST PERFORMANCE (iii) PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and it may not be considered further for award. See paragraph (b) below. Only those Offers which meet the minimum requirements established by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, shall be evaluated and only those Offers which meet the minimum requirements established by Factor (ii) to have acceptable or unknown past performance will be further evaluated under Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating technical information submitted in response to SECTION L Clause TECHNICAL PROPOSALS “ VOLUME I in conjunction with the requirements stated in the PWS. Offerors' technical information will be used to determine whether the items or services proposed meet the specifications included in this solicitation. Items or services offered, as provided in Offerors' technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. A list of the minimum technical acceptability criteria is listed below: Minimum Technical Acceptability Criteria 1. Capability to achieve reliable, sustainable, seamless, cost effective and timely delivery of CREDO programs and services throughout supported Installations. 2. Must have an understanding of military customs, courtesies, traditions, protocol, and honors rendered in conjunction with military ceremonies. 3. Capability to interact with people from all socio-economic backgrounds, civilian and military (including family members, as well as having good oral and written communication skills). 4. Capability to provide pastoral care tone for force retreats, workshops, training modules and topics such as: sexual assault prevention, suicide prevention and response, domestic violence prevention, healthy professional and interpersonal boundaries, ethical behavior and spiritual resiliency. 5. Capability to collect relevant data and perspective on spiritual needs and interests of single Sailors, and those with young families. 6. Capability to facilitate/co-facilitate CREDO retreats (Marriage, Family and Personal Resilience), seminars, workshops, and CREDO care support groups to address emerging command or geographic area pastoral care requirements. 7. Capability to identify and define additional capabilities and initiatives that can be delivered by CREDO under four (4) Chaplain Corps professional capabilities: Facilitate Provide, Care and Advise. 8. Capability to make appropriate referrals to a Chaplain or other professionals within the Navy network system when trauma and traumatic loss needs arise, especially with wounded, ill and injured service members and their families. 9. Capability to utilize the Navy Chaplain Ministry support Tool (NCMST) to capture measures of performance and measures of effectiveness regarding the impact of CREDO programs in order for Echelon I, II, III and IV commands and other stakeholders to have ready access to professional business processes, data and trend analysis. 10. Capability to promote knowledge sharing among other caring professions within the Navy network system through collaborative ventures that increase professional cross-pollination in prevention and intervention pastoral care services for Sailors and their families. Factor (i) - TECHNICAL CAPABILITY Offerors' technical information will be used to determine whether the items and/or services proposed meet the specifications included in this solicitation. Therefore, offeror shall provide information that clearly demonstrates experience in performance on similar requirements. Offers which are determined to be technically unacceptable may not be considered further for award. A list of technically acceptable/unacceptable rating is listed below: Technically Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. Factor (ii) - PAST PERFORMANCE Information submitted as required by SECTION L, will be used to make a determination of whether the offeror Acceptable/Unacceptable in past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. A list of the minimum past performance acceptability criteria is listed below: Past Performance Evaluation Ratings RatingDescription AcceptableBased on the offeror ™s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror ™s performance record is unknown. UnacceptableBased on the offeror ™s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Factor (iii) “ Price Offerors shall provide sufficiently detailed information to ensure a fair and reasonable determination of the proposed offer. Price analysis will be evaluated in accordance with FAR 15.404-1(b). All price spreadsheets must be in excel format and not in.pdf or read-only format. The use of macro commands is neither desired nor encouraged. Contractor price spreadsheets are to be included in one work file to alleviate the need to combine, add, or transfer data from different work files. Excel files should include equations used for calculations. There is no page limit for price information. For purposes of the evaluation of price reasonableness, Labor and Travel Other Direct Costs (ODCs) shall be clearly broken out as separately identifiable items. A summary of the total price proposal shall also be provided. The Offeror shall provide a single summary spreadsheet that supports the total amount of all CLINs listed in Section B. The contractor shall provide a list of all labor categories being proposed and the associated total quantity of hours; a cross-reference table if the contractor ™s internal labor categories do not match the categories provided in the solicitation. Where a proposed price is based on a percentage of another price, an explanation must be provided, describing clearly the percentage used and the base to which it is applied. For evaluation purposes only, all offerors shall submit their price proposals based on historical labor hours in Table L-1. Table L-1. Labor Hours “ Historical Average Key Personnel: Per Year Retreat Facilitator2000 The Government's estimate of Other Direct Costs includes unburdened travel and travel related costs. All reimbursable direct travel costs shall be reimbursed in accordance with the Federal Joint Travel Regulations (JTR). Table L-2. Travel “ Estimated ODC Period: May 05, 2014 “ May 04, 2015 (Base Year) Amount: $5,254.80 Period: May 05, 2015 “ May 04, 2016 (Option Year)Amount: $5,254.80 (End of provision) At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with Offerors. Each initial offer should, therefore contain the Offeror ™s best terms from price. All responsible Offerors are to submit CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Proposal must be received no later than 12:00 PM (PST), 01 April 2014, Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Only electronic responses shall be accepted via e-mail. Each submission should be virus scanned prior to being sent via e-mail to the POC listed: Charles E. Fletcher II email: charles.e.fletcher@navy.mil. Oral communications are not acceptable in response to this notice questions must be submitted via e-mail. The Government will make every attempt to answer all questions in a timely manner. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. (End of Solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414T0043/listing.html)
- Place of Performance
- Address: 810 Avenger Avenue, Lemoore, CA
- Zip Code: 93246
- Zip Code: 93246
- Record
- SN03319097-W 20140327/140325234236-8b29dc64ea7129f71b6954edf2f19555 (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 |