SOLICITATION NOTICE
R -- CATHOLIC PARISH COORDINATOR
- Notice Date
- 7/22/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248-15-T-0035A
- Response Due
- 7/30/2015
- Archive Date
- 9/20/2015
- Point of Contact
- Michelle Petterson, 270-798-7810
- E-Mail Address
-
MICC - Fort Campbell
(michelle.r.petterson.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W91248-15-T-0035 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85 dated 02 July 2015. This is a 100% small business set aside requirement. The NAICS Code is 813110, Religious Organizations; the small business size standard is $7.5M. The complete Offer Schedule, Performance Work Statement, and any other associated documents can be downloaded at https://www.fbo.gov/ under subject solicitation number. This solicitation is a request for quote for non-personnel services to provide the Installation Chaplains Office with a Catholic Parish Coordinator. The contractor duties shall be to provide pastoral care to the Catholic community, and participate in the liturgical life of the Catholic Community, especially for worship. It is contemplated that the Period of Performance will be for a base year with (anticipated to begin on or about 15 August 2015-14 August 2016); with two additional option periods. The provision at 52.212-1 Instructions to Offerors-Commercial Items (July 2013), is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services - Fixed Price. The provision is amended to incorporate FAR 52.252-1 Solicitation Provisions Incorporated by Reference is applicable. (Fill-in information -,http://farsite.hill.af.mil). The provision at 52.212-2, Evaluation - Commercial Items, is applicable; evaluation factors are Technical Acceptability and Price. To be considered Technically Acceptable, the offeror must receive a quote mark Technically Acceptable quote mark rating for the following evaluation factors: five years of experience working as a Catholic Parish Coordinator in a military community, and two years college education. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. The Government may choose to exercise the Extension of Services at the end of any performance period (Base or Option Periods), utilizing the rates of that performance period. Specifics regarding the basis for Contract Award are located at the end of this document. The Government intends to make award to Lowest Priced Technically Acceptable (LPTA) offer. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-13 System for Award Management Maintenance; 52.228-5 Insurance -- Work on a Government Installation; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.246-25 Limitation of Liability - Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil); 252.201-7000 Contracting Officer's Representative; and 252.243-7001 Pricing of Contract Modifications. The following clauses are added: The clause at 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The clause at 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable:; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 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 Veterans; 52.222-36 Equal Employment for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer. Offers are due no later than 31 July 2015, 1300 hours CST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to shirley.a.banks4.civ@mail.mil or via mail to 922nd Contingency Contracting Battalion (CCBN); MICC - Fort Campbell, ATTN: Mrs. Shirley Banks, 6923 38th & Desert Storm Ave, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is Shirley Banks, 270.798.7857, shirley.a.banks4.civ@mail.mil. Secondary POC: Mr. Bradford A. Davis, bradford.a.davis.civ@mail.mil, or (270) 798-7200.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/451fe2bbf29a9dc284fef2c60707bf48)
- Place of Performance
- Address: MICC - Fort Campbell Directorate of Contracting, Building 6923 38th & Desert Storm Ave Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN03807181-W 20150724/150723000554-451fe2bbf29a9dc284fef2c60707bf48 (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 |