Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

G -- Protestant Traditional Service Music Director

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-14-Q-3020
 
Archive Date
9/20/2014
 
Point of Contact
Camille Mullis, Phone: 8508820253, Ronald J. Wilson, Phone: 8508823466
 
E-Mail Address
camille.mullis.1@us.af.mil, ronald.wilson.22@us.af.mil
(camille.mullis.1@us.af.mil, ronald.wilson.22@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Protestant Traditional Service Music Director for a 1 year base period plus three (3) annual options. This is a combined synopsis/solicitation for a commercial purchase prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is Request for Quotation numbered FA2823-14-Q-3020. The North American Industry Classification System (NAICS) code for this acquisition is 813110 with a size standard of $7.5 million. Please identify your business size in your response based upon this standard. •1. Requirement: The contractor shall provide non-personal services as the Protestant Traditional Service Music Director for the Eglin Air Force Base Community; to direct all congregational and choral singing during weekly practices, worship services and when available for special services (ie. weddings, funerals, Christmas Eve Services, etc.) in accordance with the attached Performance Work Statement. The complete Performance Work Statement (PWS) has been loaded as ATTACHMENT 1 in FedBizOpps. Places of performance are normally building 2574 West Gate Chapel and Building 868, Chapel Center, Eglin Air Force Base Florida. Other venues on Eglin may be required for special services. Offerors must provide a Resume, Transcripts showing a Baccalaureate degree in music and/or related field, or four years' experience directing Protestant Music and two positive references showing recent and relevant experience directing Christian worship congregation and choral singing. Offerors, whose résumés are determined as not meeting minimum requirements, will immediately be removed from the competition and not considered for award. Addendum to 52.212-1 Instructions to Offerors-Commerical, Paragraph (c) is not applicable to this solicitation. Offerors shall propose as follows: CLIN Description Qty Unit Price Extended Price 0001 Protestant Music Dir. 52 Week $_______ $_______ 1001 Protestant Music Dir. O Y 1 52 Week $_______ $_______ 2001 Protestant Music Dir. OY 2 52 Week $______ $_______ 3001 Protestant Music Dir. OY 3 52 Week $_______ $_______ Evaluation of Offers: In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of the candidate qualifications and price* aspects of the offer. *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). The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-76 effective 25 Jul 2014. The following provisions and clauses are applicable: •· FAR 52.204-7, System for Award Management; •· FAR 52.204-9, Personal Identity Verification of Contractor Personnel; •· FAR 52.204-13, System for Award Management Maintenance; •· FAR 52.212-1, Instructions to Offerors - Commercial; •· FAR 52.212-3, Offeror Representations and Certifications: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. The Contracting Officer has checked the box at paragraph (k)(2) of this provision. All offerors are required to complete this certification. Offerors shall provide the below certification with their offer indicating the offeror is exempt or not exempt from Service Contract Labor Standards. (k)(2) [ X ] Certain services as described in FAR 22.1003-4(d)(1). The offeror [_] does [_] does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. •· FAR 52.212-4, Contract Terms and Conditions - Commercial Items •· FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The following clauses cited within this clause are applicable: •Ø FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) •Ø FAR 52.219-6, Notice of Total Small Business Set-Aside; •Ø FAR 52.219-28, Post-Award Small Business Program Rerepresentation; •Ø FAR 52.222-3, Convict Labor; •Ø FAR 52.222-21, Prohibition of Segregated Facilities; •Ø FAR 52.222-26, Equal Opportunity; •Ø FAR 52.222-36, Affirmative Action for Workers With Disabilities; •Ø FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; •Ø FAR 52.225-13, Restrictions on Certain Foreign Purchases; •Ø FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification •Ø FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management ; •Ø FAR 52.222-41, Service Contract Labor Standards •Ø FAR 52.222-42, Statement of Equivalent Rates for Federal Hires •Ø FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) •· FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors •· FAR 52.233-4, Applicable Law for Breach of Contract Claim •· FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation •· FAR 52.252-2, Clauses Incorporated by Reference : http://farsite.hill.af.mil/ ; •· DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials •· DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights •· DFARS 252.204-7003, Control of Government Personnel Work Product •· DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A •· DFARS 252.232-7003, Electronic Submission of Payment Requests; •· DFARS 252.232-7010, Levies on Contract Payments •· AFFARS 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel •· AFFARS 5352.223-9001, Health and Safety on Government Installations •· AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause); •· FAR 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 15-days prior to contract expiration, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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. (End of Clause) •· DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) •· AFFARS 5352.242-9000 - CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [ insert any additional requirements to comply with local security procedures ] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [ insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management ] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of provision) Please provide a response to provision DFARS 252.209-7999 with your quotation. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 04:00 P.M., Central Standard Time on 5 Sep 2014. Send all packages via email to Camille Mullis at camille.mullis.1@us.af.mil. For questions, contact Camille Mullis at 850.882.0253 or by e-mail at camille.mullis.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0561954d2a27b53ebefb528438694305)
 
Place of Performance
Address: Eglin West Gate Chapel, building 2574 and Eglin Chapel Center, building 868, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03485258-W 20140830/140829022402-0561954d2a27b53ebefb528438694305 (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.