MODIFICATION
R -- Catholic Contract Priest
- Notice Date
- 3/23/2015
- Notice Type
- Modification/Amendment
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- ACC-APG Garrison Contracting Division, 6001 Combat Drive, ABERDEEN PROVING GROU, MD 21005-0000
- ZIP Code
- 21005-0000
- Solicitation Number
- W56ZTN-15-Q-0004
- Response Due
- 3/26/2015
- Archive Date
- 5/22/2015
- Point of Contact
- Susan Sowa, 443-861-4738
- E-Mail Address
-
ACC-APG Garrison Contracting Division
(susan.l.sowa.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of Amendment W56ZTN-15-Q-0004 0001 is to increase the required effort of the Catholic Contract Priest requirements, as per the attached Updated Attachment 2 Worksheet. Please see Updated Attachment 2 Worksheet. Request for Quotations W56ZTN-15-Q-0004 has been extended through March 26, 2015 @ 5:00PM Eastern Time. Please provide any questions no later than March 24, 2015 @ 5:00PM Eastern Time. Only electronic quotations via email will be accepted. Quotations must be dated and received by Ms. Susan Sowa via email susan.l.sowa.civ@mail.mil no later than the above stated date and time. -------------------------------------------------------------------------------- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W56ZTN-15-Q-0004 and is being issued as a Request for Quotation (RFQ). This acquisition is in accordance with FAR Subpart 12.6. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order for a Catholic Contract Priest, needed to maintain high quality religious services by performing all Roman Catholic worship service, administrative tasks and related events and functions in the Aberdeen Proving Ground and Edgewood Arsenal, Maryland religious communities, in accordance with the Archdiocese for the Military Services (AMS) and the attached Performance Work Statement (PWS). This solicitation is set aside exclusively for small business participation. The Associated North America Industry Classification Code (NAICS) is 813110 and the Business Size Standard is $7.5 million dollars. This requirement is being procured in accordance with FAR Part 13 and a Firm Fixed Price Purchase Order is anticipated. Only Open Market quotations are being accepted from responsible contractors. Acceptance and inspection shall be at DESTINATION. Performance of the required service shall be at the Aberdeen Proving Ground Main Chapel, Aberdeen Proving Ground, MD and the Edgewood Main Chapel, Edgewood Arsenal, MD. CLIN 0001: The Aberdeen Proving Ground Religious Support Office (RSO) has a requirement for one (1) Catholic Contract Priest to support mission critical needs to include Weekday Mass, Weekend Mass and other duties as required in accordance with the PWS. Estimated quantity: eight 1.5 hour sessions per month for 12 months (110 sessions annually). CLIN 0002: Sacramental Counseling and Confession services. Estimated quantity: four 1.5 hour sessions per month for 12 months (77 sessions annually). CLIN 0003: Contractor Manpower Reporting - The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via the secure data collection site (i.e. Contract Manpower Reporting Application). The Contractor is required to completely fill in all required data fields using the following web address http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the ECMRA help desk. CLIN 0004: Option Surge - Additional sessions to meet the requirements of CLIN 0001 in the event of personnel shortages. Not to exceed four 1.5 hour sessions per month for no more than five months (50 sessions). CLIN 0005: Option Surge - Additional sessions to meet the requirements of CLIN 0002 in the event of personnel shortages. Not to exceed four 1.5 hour sessions per month for no more than five months (27 sessions). The following provisions and clauses will be incorporated by reference: 52.203-3 Gratuities 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-7, System for Award Management 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1 Instruction to Offerors Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2013-O0019) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-50 Alt I, Combating Trafficking in Persons 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-- Requirements 52.222-54, Employment Eligibility Verification (JUL 2012) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) 52.223-5 Pollution Prevention and Right to Know Information 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.239-1, Privacy or Security Safeguards 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.237-3 Continuity of Services 252.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.204-7004 Alt A System for Award Management Alternate A 252.225-7001 Buy America and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 52.212-2, Evaluation Commercial Items: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) Offeror. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements in accordance with attached W56ZTN-15-Q-0004 Catholic Contract Priest PWS Attachment 1 and RFQ Worksheet Attachment 2. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quotation. The following factors shall be used to evaluate offers: Price and Technical Capability, and Past Performance. a. Award will be made on the basis of the lowest evaluated price quotation technically meeting or exceeding the acceptability standards of the required service in accordance with the attached PWS of this solicitation, W56ZTN-15-Q-0004 PWS Attachment 1 Catholic Contract Priest. The Government reserves the right to make an award without discussions. Government reserves the right to award on all or none basis. b. Past performance will also be evaluated. The Offeror must demonstrate that they have experience providing similar services within the last 2 years. The Offeror will provide previous contracts and references to demonstrate their experience as per Attachment 2. 52.212-3, An Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically via https://www.acquistion.gov If an Offeror has not completed the annual representations and certifications electronically at the SAM website, the Offeror shall complete only paragraphs (c) through (o) of this provision at https://www.sam.gov. 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC LEVEL PROTEST PROGRAM (Aug 2012) ACC APG 5152.233 4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898 5000 Phone: (256) 450 8165 Fax: (256) 450 8840 E mail: amcprotests@conus.army.mil The AMC Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures. Only electronic quotations via email will be accepted. Quotations must be dated and received by Ms. Susan Sowa via email susan.l.sowa.civ@mail.mil no later than March 26, 2015 @ 5:00PM Eastern Time (ET). All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220. For questions concerning this Request for Quotation contact Ms. Susan Sowa via email susan.l.sowa.civ@mail.mil Please provide any questions no later than March 24, 2015 @ 5:00PM Eastern Time (ET). NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/85d782186c5731f85558fa6f26bdf1ce)
- Place of Performance
- Address: ACC-APG Garrison Contracting Division 6001 Combat Drive, ABERDEEN PROVING GROU MD
- Zip Code: 21005-0000
- Zip Code: 21005-0000
- Record
- SN03676399-W 20150325/150323235919-85d782186c5731f85558fa6f26bdf1ce (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 |