MODIFICATION
R -- CATHOLIC PARISH COORDINATOR
- Notice Date
- 7/28/2015
- Notice Type
- Modification/Amendment
- 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
- W9124815T0035A
- Response Due
- 8/5/2015
- Archive Date
- 9/26/2015
- Point of Contact
- Brad Davis, 2709999999
- E-Mail Address
-
MICC - Fort Campbell
(bradford.a.davis.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Soliciation W91248-15-T-0035A is being amendmed to update the Performance Work Statement and Performance Requirements Summary. The solicitation closing date is being changed from 31 July 2015, 1300 CST, to 5 August 2015, 1300 CST. The purpose of Amendment W91248-15-T-0035A-0001 is to answer questions asked by interested parties. This synopsis/solicitation has not been extended and responses are still due no later than 31 July 2015, 1300 hours CST. Offers may be submitted via email (preferred) to shirley.a.banks4.civ@mail.mil or via U.S. Postal 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. QUESTION 1. How much has it been previously awarded for? A: There is not a contract in place. Nor has there been for several years. QUESTION 2. Did it include Option Years: A. Not Applicable; as there is not a contract in place. QUESTION 3. Is there an incumbent in place? A. Not Applicable; there is not a contract in place. QUESTION 4: Is this a follow-on contract? A. No. QUESTION 5. Is there an incumbent coordinator or volunteer in place? A. No. W91248-15-T-0035 COMBINED SYNOPSIS/ SOLICITATION FOR, CATHOLIC PARISH COORDINATOR, 101ST AVIATION BRIGADE, FORT CAMPBELL, KY MISSION AND INSTALLATION CONTRACTING COMMAND (MICC) - FORT CAMPBELL, 6923 38th AND DESERT STORM, FORT CAMPELL, KY 42223-5355 (1) Contract Specialist: Shirley Banks; 270.798.7857; shirley.a.banks4.civ@mail.mil Contracting Officer: Bradford A. Davis, 270.798.7200, bradford.a.davis.civ@mail.mil, (2) CLASSIFICATION CODE: R- Professional, Administrative, and Management Support (3) Closing Response Date: 5 August 2015, 1300 Hours CST. 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, is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted. 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 5 August 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. The following provisions are applicable to this solicitation: 5152.233-4000AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (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 Government Accountability 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 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Provision); SCHEDULE OF INSURANCE: a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmen's Compensation and Employer's Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence $500,000.00 Automobile Liability Insurance: Minimum Per Person $200,000.00 Minimum Per Occurrence for Bodily Injury $500,000.00 Minimum Per Occurrence for Property Damage $ 20,000.00 b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed or prescribed (2) until 30 days after the insurer or the Contractor give written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause entitled quote mark Insurance - Work on a Government Installation (FAR 52.228-5), quote mark in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. MANPOWER REQUIREMENT: quote mark The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: 1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; 2) Contract number, including task and delivery order number; 3) Beginning and ending dates covered by reporting period; 4) Contractor name, address, phone number, e-mails address, identity of contractor employee entering data; 5) Estimated direct labor hours (including subcontractors); 6) Estimated direct labor dollars paid this reporting period (including subcontractors); 7) Total payments (including subcontractors); 8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); 9) Estimated data collection cost; 10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); 11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website; 12) Presence of deployment or contingency contract language; and 13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. quote mark PERFORMANCE WORK STATEMENT C.1. Scope of Work: The non-personal services to be rendered under this contract shall consist of the development and implementation of religious programs coordinated by the Catholic Parish Coordinator. The major scope of work shall focus on programming, coordinating, planning, developing and implementing activities for Fort Campbell's Catholic Community. Additionally, planning and preparing resource materials for weekly Sacramental Programs, Sacramental retreats. C.1.2 Requirements. The Contractor shall be qualified to meet the criteria of the Archdiocese of the Military Services (AMS), USA and to function as a Lay Eucharistic Minister in the Catholic Church. Be certified as a Religious Education (RE) Catechist with the AMS, USA. The coordinator shall perform in accordance with this statement of work, be solely dedicated to this effort in a full time capacity, be responsible for the overall management and coordination of this contract, and shall be the primary point of contact with the Government. C1.2.1. The coordinator shall have specific training in the field of Catholic Parish Coordination and be able to speak Spanish. The Coordinator shall have prior experience as a religious education coordinator in military chapels. C.1.3. Hours. The Contractor shall perform a minimum of forty hours a week. C.1.4. Appearance. The Contractor shall present a neat, well-groomed professional appearance at all times during the performance of this contract. C.1.5. Quality Assurance. The COR shall monitor the Contractor's performance under this contract using the quality assurance procedures specified below. C.1.5.1. Scheduled and unscheduled visits. Such visits shall include those conducted locally by the chaplain in charge, the COR, and/or appointed Inspector General on assignment from higher headquarters, or authorized representative of the Contracting Officer. C.1.5.2 CRITERIA FOR MEASURING EFFECTIVENESS OF EFFORT: The verifying COR shall confirm that all services were conducted in accordance with the contract. S/He signs and dates for verification all Contractor invoices prior to submission to the Regional Finance and Accounting Office for payment. C.1.6. Records. The Contractor shall maintain records of the YMC's qualifications and provide periodic updates, training in appropriate subjects related to the contracted services for the YMC. The Government may inspect these records at any time. C.1.7. Removal. The Contracting Officer may require the Contractor to remove personnel working under this contract for reasons of misconduct, security violations or suspicion of being under the influence of drugs, alcohol or any incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interest of the Government. The Installation Commander has the authority under 10 U.S.C. 1382 to bar individuals from the installation. Removal from the site or dismissal from the premises of Contractor personnel shall not relieve the Contractor of the requirement to perform services as required by this statement of work. C.1.8. INSTALLATION ACCESS. Contractor personnel operating a privately owned vehicle (POV) on Fort Campbell, KY shall comply with the installation requirement of registering vehicles operated on post. State registration, proof of insurance, and a valid driver's license are required in order to register a POV. Personnel are required to register through the Provost Marshall's Office, Vehicle Registration, Building A5004. Vehicle passes and decals of terminated employees shall be returned to the Provost Marshal within one (1) workday. Implementation of the AVIDS BAR CODE SYSTEM for entry to the installation is ongoing. Contractors should have a quote mark bar code quote mark either on a card of their choice, or the card Force Protection provides. The bar code when scanned will display personal information and a photo. If the bar code is quote mark EXPIRED quote mark, the scanner will reflect that. The new laminated cards are being issued at Gate 4, Vehicle Registration, (270) 798-5047. Contractor employees who are retired military or dependents and have a valid DOD ID card do not need a bar code. C.1.8.1 Fort Campbell military installation is a limited access post with controlled gate openings and closures. Changes to gate operating times are normally published in the Fort Campbell quote mark Screaming Eagle Bulletin. quote mark Unscheduled gate closures by the Military Police may occur at any time, and personnel entering or exiting the installation may experience a delay. Contractor and privately owned vehicles (POVs) on the installation are subject to search at any time.3 C.1.8.2 Entry to the installation requires the following: current vehicle registration, proof of insurance, valid driver's license for the vehicle driver, and picture identification for other personnel. Contractors/ Subcontractors and their employees requiring access to the installation will be required to comply with the installation access control policy/procedures. The Government will not be responsible for damages due to delay/stoppages caused by failure to comply. Contractors shall be restricted to physically sign in at Gate 4 or Gate 7 for entry unless they have a DoD issued ID card, or participate in RAPIDGate. For further information on RAPIDGate please go to http://www.tesoroplans.com/Plans/HR_MACC/SACT_HQ/RG/faq.pdf (costs are involved with registering). C.1.8.3 Access Control In order to gain access to Fort Campbell, KY non-Federal Government and non-DoD issued ID cardholders require identity proofing and vetting to determine fitness and eligibility for access. Specifically, a check of records through the National Crime Information Center (NCIC) Interstate Identification Index (III) is the Army's minimum background check for the entrance onto Army installations for non-Common Access Card (CAC) holders, to include entrance of visitors. C.1.8.3.1 Fort Campbell applies the following non-Federal Government cardholder criteria to determine the authorized type of access control credentials: a. ContractorsRAPIDGate or 1-Day Pass b. Sub-ContractorsRAPIDGate or 1-Day Pass c. VendorsRAPIDGate or 1-Day Pass d. SuppliersRAPIDGate or 1-Day Pass e. Service ProvidersRAPIDGate or 1-Day Pass f. Visitors (Case-by-Case Basis)1-Day Pass g. Privatized Business PartnersAir Assault Card (The following are Privatized Business Partners: IHG, Campbell Crossing, University/College faculty, Fort Campbell Credit Union, Bank of America and Home Health Care) C.1.8.3.2 Contractor Common Access Card (CAC) Eligibility: Authorized contractor personnel requiring access to two or more DoD-controlled installations/facilities on a recurring basis for a period of 6 months or more; OR an individual requiring both access to a DoD-controlled installation/facility and onsite/remote access to DoD or Army controlled information networks on behalf of the Army REQUIRE a favorable NACI background investigation. Buildings or activities where special security measures (i.e., Controlled Access Areas) are employed may be considered a quote mark separate facility quote mark from the installation, in accordance with the determination of the command leadership for the particular building/activity C.1.8.3.2.1 Initial issuance of a CAC requires the completion of a Federal Bureau of Investigation (FBI) fingerprint check with favorable results and the successful submission of a National Agency Check with Inquiries (NACI) (equivalent or higher) background investigation to the Army's investigative service provider, the U.S. Office of Personnel Management (OPM), via the U.S. Army Personnel Security Investigation Center of Excellence. C.1.8.3.2.1.1 To process the NACI, a Background Investigation Worksheet, (FC FM 255), and proof of citizenship is required. The following are the only documents allowed for citizenship verification: birth certificate, certificate of citizenship-INS, certificate of naturalization, certification of birth-Form DS-1350, certification of birth-Form FS-545, passport and the report of birth abroad-Form FS-240. C.1.8.3.2.1.2 The Contracting Officer's Representative (COR) is responsible for completion and submission of the quote mark Initiation Packet quote mark consisting of each individuals completed FC FM 255 and citizenship documentation. C.1.8.3.2.1.3 The COR submits the completed packet to the DPTMS Security & Intelligence Division (SID) for review. Following review by the SID, the COR will be contacted by the SID to have the individual make an appointment for fingerprinting. At the appointment, the SID representative will verify the information provided by the individual, take and submit digital fingerprints, and explain the remaining process. C.1.8.3.2.2 After the contractor's appointment with SID, Fort Campbell Installation Access Control will issue the individual a 30 day installation pass to allow for processing of the NACI background investigation. The NCIC III must be favorable prior to issuance of the 30 day pass. C.1.8.3.3 Contractor personnel who are ineligible for a Common Access card (CAC) will be required to either obtain daily visitors pass or participate in the RAPIDGate Program. RAPIDGate is a voluntary program due to associated costs. C.1.9.1. Common Access Card: Secretary of the Army Memorandum dated 28 Jan 06 on Contractor Verification System (CVS) Implementation provides guidance and instructions for the implementation of the CVS Army-wide. IAW that guidance, the Contracting Officer's Representative (COR), the contractor's sponsor, approves issuance of the CAC through the automated CVS system. C.1.9.2 Fort Campbell military installation is a limited access post with controlled gate openings and closures. Changes to gate operating times are normally published in the FT. Campbell quote mark Screaming Eagle Bulletin quote mark. Unscheduled gate closure by the military Police may occur at any time, and personnel entering or exiting the installation may experience a delay. Contractor and privately owned vehicles (POVs) on installation are subject to search at any time. C.2 Definitions/Acronyms: C.2.1 Contracting Officer: A person with the authority to enter into, administer and /or terminate contracts and make related determinations and findings. C.2.2 Contracting Officer's Representative (COR): An individual designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. The COR is not authorized to make any commitments of changes that will affect price, quality, delivery, or any other term or condition of the contract. C.2.3 Government Furnished Property: Property (equipment materials) in the possession of, or acquired by, the Government and subsequently made available to the contractor. C.2.5 Quality Assurance. Various functions, including inspection, performed by the Government to determine whether a contractor has fulfilled the contract obligations pertaining to quality and quantity. C.2.6 Quality Control. Those actions taken by a contractor to control the procedures and processes for services to ensure that those services meet contract requirements. C.3 Contractor Provided Items. The contractor shall provide a well-qualified Catholic Parish Coordinator to perform the services as defined in this contract. The contractor shall provide all necessary supplies and equipment to assure the provisions of this contract are met with the exception of those listed as furnished by the Government. The Contractor provides for own transportation. The Government shall not reimburse these expenses. C.3.1. Transportation. The contractor shall provide his own transportation in the completion of the terms of this contract to include to and from the Installation and other locations as required under the terms of the contract. C.3.2 Contractor shall provide ID badges for contractor to wear at all times. C.4. Government Furnished Property and Services. The government shall provide facilities for conducting the services specified in this contract, administrative support and other materials necessary to implement the program, including but not limited to: C.4.1. Facilities. Facilities for appropriate administrative, planning and group activities. C.4.1.2 Storage facilities. Storage facilities for storage of Government -provided, coordinator-managed teaching materials and supplies. C.4.2. Physical Security. The Contractor shall be responsible for safeguarding all government property in the work area. Facilities and equipment shall be secured at the close of each performance period. C.4.2.1. Key Control. The Contractor shall establish and implement methods of ensuring that all keys issued to the contractor by the Government are not lost or misplaced and are not used by authorized persons. Duplication of Government supplied keys is strictly prohibited. C.4.2.2. Key Loss. The Contractor shall report the loss of key(s) as soon as the loss is discovered, but in any event, no later than the Government's next duty day. C.4.3. Equipment. Equipment to include a television, DVD, use of a copy machine, computer and software support. C.4.4.Supplies. Supplies to include paper products for publicity, flip charts, markers, refreshments for events and fuel for transportation. C.4.5. All Government Furnished Equipment remains the property of the Government. C.4.6. All non-expendable supplies and equipment shall be returned to the Installation Staff Chaplain upon completion of the contract service. C.4.7. All property shall be maintained by properly accepted methods of supply accountability such as hand receipts. C.4.8.Utilities. Utilities are the responsibility of the government for government furnished buildings. C.5. Specific Tasks. While the specific tasks are directly assigned to the on-site coordinator, the Contractor shall have overall responsibility for ensuring accomplishment. The coordinator shall be qualified to meet the criteria of the Archdiocese of the Military Services (AMS), USA and to function as a Lay Eucharistic Minister in the Catholic Church. Be certified as a Religious Education (RE) Catechist with the AMS, USA. Perform the following non-personal services including the following tasks: C.5.1. Resource the Catholic RCIA program within the norms of the Roman Catholic Church doctrines and teachings. Be capable of work on ecumenical projects and demonstrate ability for teamwork in joint planning for community chapel events (20% of the time). Provide own personal child care outside the Chapel facility except during times that children are participating in normal Religious Education programs. The contractor must follow all Installation Chaplain Office and local chapel Standard Operating Procedures (SOP). The contractor shall maintain a professional attitude, dress, language, and work environment reflective of a well-organized religious program during the performance of the contract. Must possess a current NAC security clearance. C.5.2. Conduct weekly Religious Adult Education. (36 EA). Monitor and supervise volunteer teachers and students who participate in the Soldier's Chapel Community's weekly Denominational Sacramental programs, to include Reconciliation, Communion, Confirmation, RCIA for adults, and RCIC for children. Distribute curriculum materials and supplies for each class. Recruit at least two (2) adult volunteer teachers for each class. C.5.3. Determine requirements for maintaining an inventory of supplies within available funding levels and initiate funding requests in accordance with Army regulations and standard operating procedures. (DRE will establish quarterly funding levels). Coordinator shall inform students and teachers, in writing of all upcoming events. Publicize the Sacramental program at worship services and throughout the Fort Campbell Community. Reserve chapel facility space as needed for special activities. Maintain the Religious Education Library, supply room, and class supply storage areas in a neat and organized manner for use by volunteer teachers. Distribute curriculum two weeks prior to the beginning of the Religious Education year. C.5.4. Plan and prepare Sacramental Program Celebrations, Rehearsals and Retreats. Notify volunteers, parents and students of Sacramental celebrations and rehearsal dates and times to include: First Reconciliation, First Communion, Confirmation, Easter Vigil, and Retreats. Order refreshments, student and volunteer gifts, certificates, and bulletins needed for celebrations and retreats. Schedule and conduct rehearsals for each Sacrament, notifying those involved by bulletin announcement and letter, or phone call when needed. Prepare all resource materials for Sacramental celebrations, parent meetings, retreats and rehearsals, to include crafts, literature, video resources, honorariums, and equipment. Support for sacramental celebrations to include: assist children during the processional, seating arrangements for families, contact ushers and Communion ministers, coordinate room setup for photographer and fellowship, and attendance at retreats. C.5.5. Plan and provide Baptism Preparation Classes (40 EA) Provide monthly preparation classes for parents and godparents who are seeking Baptism for their infants. Screen and maintain the Sacramental Records for Baptism which are required by the Archdiocese of the Military Services. Coordinate with designated chapel staff for the printing of baptismal records and certificates. C.5.6. Resource and support Volunteers for Denominational Religious Education and Sacramental Programs (8 EA): Determine appropriate resources for display and distribute relevant handouts/packets during training events to resource volunteer teachers for Denominational Religious Education and Sacrament Programs and seasonal activities to include: Fall Curriculum Orientation, Advent/Christmas, Lent/Easter and Vacation Bible School. Plan and provide refreshments for training events. DRE will establish event funding levels. Reserve chapel facility space as needed for special activities. Invite active volunteers and publicize training events at Denominational worship services and throughout the Ft. Campbell Community. C.5.7. Resource Denominational Liturgy Programs (60 EA). The coordinator shall publicize all youth ministry events by publishing a monthly newsletter and using other forms of publicity as needed and available on Fort Campbell. C.5.8. Resource Community Chapel Denominational Women's Program. (9 Units) Determine requirements for equipment and purchase of supplies within available funding levels and initiate funding requests in accordance with Army regulations and stand operating procedures. DRE will establish quarterly funding levels. Initiate funding requests for supplies to support curriculum and supplies for denominational. Women's Ministries as requested by volunteers. C.5.9. Resource Community Chapel Denominational Youth Program. (11 EA). Determine requirements for equipment and purchase of supplies within available funding levels and initiate funding requests in accordance with Army regulations and stand operating procedures. DRE will establish quarterly funding levels. Initiate funding requests for supplies to support curriculum and supplies for denominational Youth Ministries as requested by volunteers C.5.10. Prepare Summer Vacation Bible School (1 EA) (a) Identify and recommend volunteer teachers and assistants for Vacation Bible School. (b) Conduct registration for students and volunteers for VBS program. (c) Distribute all appropriate memos, notices and letters to publicize the VBS program throughout the community to include worship services and secular media. (d) Offer assistance to volunteers for the VBS closing program. C.5.11. Coordination of Special Events (Estimated): a. Coordination (52 EA). The Contractor shall meet with the Catholic Chaplain/ Priest once per week. The purpose of these meeting is to discuss the needs assessment of the Fort Campbell Catholic Community, program evaluation and program/ activity scheduling. b. Assessments (4 EA) Provide recommendations to the Catholic Chaplain/ Priest on the ministry development and spiritual needs of the Catholic community on a quarterly basis. c. Volunteer training. Coordinates with the Senior Priest volunteer training of leaders of the Catholic Community to serve as liturgical ministers, servers, greeters, lectors, choir leaders, and Extraordinary Ministers of the Eucharist. d. Initial interviews (50 EA) Conducts initial interview process for individuals preparing for marriage or seeking an annulment process. The process includes the initial interview, the initiating file, and obtaining proper documentation to be presented to the designated Catholic Priest. The annulment process may include helping individuals get proper documentation of baptismal documents, previous marriage certificates, and divorce decrees. e. Weddings (30 EA). The Contractor provides advice, and information on rites, rituals, the names of trained liturgical musicians, and cantors when planning marriage celebrations; to include convalidations (those married in a civil observance and desiring to be married in the church). f. Liturgy preparation. The Contractor shall assist in the preparation of the chapel environment for special occasions, liturgical celebrations, various Masses, compose the Prayers of the Faithful, Holy Days of Obligation, and feasts in keeping with the guidelines of the Catholic Church and local parish Standard Operation Procedures (SOP). g. Catholic Parish Calendar (12 EA). The Contractor shall develop and control the Catholic Parish Calendar to include coordinating with the Operations NCO for the Installation Chaplain's Office and/ or the NCOIC of Soldier's Chapel to ensure facilities are appropriately scheduled for all Catholic Parish events at the Chapel. h. Meetings (52 EA) The Contractor shall attend and represent the Catholic community in meetings as required to determine and update parish requirements, programs, and trends. i. Spanish Masses (4 EA). The Contractor shall coordinate masses quarterly for the Spanish speaking Fort Campbell Catholic Community. j. Children Baptism. The Contractor conducts plans, and coordinates with couples seeking baptism for newborns, and children under the age of seven. k. Adult Classes. The Contractor will conduct Rite of Christian Initiation for Adults (RCIA) for seeking entry into the Catholic Church. Includes teaching classes on Roman Catholic beliefs, rituals, and traditions that prepares members for rites of initiation which includes baptism, First Reconciliation, First Communion, and Confirmation. i. Pre-marriage screening (42 EA). The Contractor should know the pre-marriage process (FOCUS & Pre-Cana) and coordinate with the Diocese of Nashville, TN. The Contractor should be a delegate through the Dioceses of Nashville, TN and Owensboro, KY which have Canonical over site of the Fort Campbell, KY Catholic Community. m. Parish celebrations. The Contractor shall coordinate parish celebrations to include the annual Volunteer Appreciation Ceremony, annual Vow Renewal Mass, annual parish picnic, and Easter Vigil Sacramental Initiation. n. Liaison. The contractor shall act as the liaison between all parish groups and the Catholic Priest. This includes the chapel auxiliary (CWOC), the Parish Council, the DRE for Catholic Education, and other outside groups. o. Hospital Care (40 EA). The Contractor shall advise the Catholic Pastor regarding needed hospital pastoral care and visitations. C.5.15. Invoice reporting. The coordinator must report the contract in the Contractor Manpower Reporting Application (CMRA). Contractor must register with and submit invoices (specifically the 2 & 1 Invoice (Services Only)) through Wide Area Work-flow (WAWF). The COR shall insure that the Contractor is trained in WAWF and CMRA Applications. C.16. Applicable Documents: AR 165-1, DA PAM 165-18, Fort Campbell Tithes and Offering Fund SOP, FY15 Command Master Religious Program. C.17. PRIVACY ACT STATEMENT: Authority: Title 5, U.S. Code, and Section 552a (5 USC 552a) and AR 340-31. Information provided shall be used to report income over $600.00 to the IRS and for background checks for contract services. Failure to provide the following could preclude acceptance as a Contractor. OFFER SCHEDULE Anticipated Performance to Start: Base Year: 15 August 2015-14 August 2016 CLIN Description Quantity Unit Price Total Price 0001Perform Duties of Catholic Parish Coordinator in accordance with PWS and as outlined below: ------ ------- -------- 0002Plan and Prepare Sacramental Program Celebrations, Rehearsals and Retreats4 0003Plan and provide Baptism40 0004 Resource and support Volunteers for Denominational Religious Education and Sacramental Programs 8 0005 Resource Denominational Liturgy Programs 60 0006Resource Community Chapel Denominational Women's Program 50 0007Prepare and Coordinate for Summer Vacation Bible School 1 0008Coordinate Meetings with Contractor and Chaplains ea week 52 0009Assessment of Catholic Chaplains, and Priest weekly. 52 0010Intake Interviews for couples preparing to marry 50 0011Weddings30 0012Catholic Parish Calendar12 0013Community Meetings52 0014Spanish Mass4 0015Pre-marriage screening42 0016Hospital Care40 0017Manpower Reporting1 Total Price for Base Year: $____________ OFFER SCHEDULE FOR 1st Option Period: Est. PoP: 15 Aug 16-14 Aug 17 CLIN Description Quantity Unit Price Total Price 1001Perform Duties of Catholic Parish Coordinator in accordance with PWS and as outlined below: ------ ------- -------- 1002Plan and Prepare Sacramental Program Celebrations, Rehearsals and Retreats 4 1003 Plan and provide Baptism40 1004 Resource and support Volunteers for Denominational Religious Education and Sacramental Programs 8 1005 Resource Denominational Liturgy Programs 60 1006Resource Community Chapel Denominational Women's Program 50 1007Prepare and Coordinate for Summer Vacation Bible School 1 1008Coordinate Meetings with Contractor and Chaplains ea week 52 1009Assessment of Catholic Chaplains, and Priest weekly. 52 1010Intake Interviews for couples preparing to marry 50 1011Weddings30 1012Catholic Parish Calendar12 1013Community Meetings52 1014Spanish Mass4 1015Pre-marriage screening42 1016Hospital Care40 1017Manpower Reporting1 Total Price for 1st Option Year: $____________ OFFER SCHEDULE FOR 2nd Option Period: Est. PoP: 15 Aug 17-14 Aug 18 CLIN Description Quantity Unit PRICE Total Price 2001Perform Duties of Catholic Parish Coordinator in accordance with PWS and as outlined below: ------ ------- -------- 2002Plan and Prepare Sacramental Program Celebrations, Rehearsals and Retreats4 2003 Plan and provide Baptism 40 2004 Resource and support Volunteers for Denominational Religious Education and Sacramental Programs 8 2005 Resource Denominational Liturgy Programs 60 2006Resource Community Chapel Denominational Women's Program 50 2007Prepare and Coordinate for Summer Vacation Bible School 1 2008 Coordinate Meetings with Contractor and Chaplains ea week 52 2009Assessment of Catholic Chaplains, and Priest weekly. 52 2010Intake Interviews for couples preparing to marry 50 2011Weddings30 2012Catholic Parish Calendar12 2013Community Meetings52 2014Spanish Mass4 2015Pre-marriage screening42 2016Hospital Care40 2017Manpower Reporting1 Total Price for 2nd Option Year: $____________ Total Price Base Year: $____________ Total Price 1st Option Period: $___________ Total Price 2nd Option Period: $__________ Total Price for Base and Option Years: $____________ PERFORMANCE REQUIREMENTS SUMMARY (PRS) This performance assessment summary is designed to measure the effectiveness of the contractor's performance. This plan provides for evaluating all contract requirements through a combination of methods. These methods are: a.Site visits b.Observation c.Customer Feedback d.Review of Contractor's Records e.Checklist (attached) The objective of a performance assessment plan is to evaluate how the Contractor is performing in key areas. Primary interest in the final product or service the Contractor is providing and not in the details of how work is performed. The principal methods of evaluation shall be periodical inspections and observation by reviewing of documentation, reports, and records. Required ServiceStandardMaximum Allowable Degree of Deviation from Requirement (AGL)Method of Surveillance Deduction from Contract Price for Exceeding the AOL Conduct Weekly Religious Adult Education IAW PARA C.5.1 of PWS95%5%Site Visits, Observation, Customer Feedback, Review of Contractor's Records, ChecklistIAW Contract Clause 52.212-4, Contract Terms and Conditions-Commercial Items, para (a). Plan and prepare for weekly Religious Education and Sacramental Programs Plan and prepare for weekly Religious Education and Sacramental Programs IAW PARA C.5.295%5% Site Visits, Observation, Customer Feedback, Review of Contractor's Records, ChecklistIAW Contract Clause 52.212-4, Contract Terms and Conditions-Commercial Items, para (a). Plan and Prepare Sacramental Program Celebrations, Rehearsals and Retreats IAW PARA C.5.495%5% Site Visits, Observation, Customer Feedback, Review of Contractor's Records, ChecklistIAW Contract Clause 52.212-4, Contract Terms and Conditions-Commercial Items, para (a). Plan and prepare for Baptism Presentations IAW PARA C.5.595%5% Site Visits, Observation, Customer Feedback, Review of Contractor's Records, ChecklistIAW Contract Clause 52.212-4, Contract Terms and Conditions-Commercial Items, para (a). Resource Community Chapel Denominational Youth Program IAW PARA C.5.9 95%5% Site Visits, Observation, Customer Feedback, Review of Contractor's Records, ChecklistIAW Contract Clause 52.212-4, Contract Terms and Conditions-Commercial Items, para (a). Wedding Consults/documentation IAW PARAC.5.11(e) 95%5% Site Visits, Observation, Customer Feedback, Review of Contractor's Records, ChecklistIAW Contract Clause 52.212-4, Contract Terms and Conditions-Commercial Items, para (a).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e56f65e28432a3abce193b962e13cada)
- Place of Performance
- Address: MICC - Fort Campbell, Building 6923 38th & Desert Storm Ave Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN03812904-W 20150730/150728235353-e56f65e28432a3abce193b962e13cada (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 |