Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2015 FBO #5069
SOLICITATION NOTICE

R -- Catholic Parish Coordinator - Package #1

Notice Date
10/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Carson, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, Colorado, 80913-5198, United States
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-16-T-0004
 
Archive Date
11/6/2015
 
Point of Contact
Anuresh A Chand, Phone: 7195240411, Tamika Williams, Phone: 719-526-4324
 
E-Mail Address
anuresh.a.chand.mil@mail.mil, tamika.l.williams32.mil@mail.mil
(anuresh.a.chand.mil@mail.mil, tamika.l.williams32.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Catholic Parish Coordinator Attachment-2 DFARS 252.209-7992 Catholic Parish Coordinator Attachment-1 Performance Work Statement 1 Combined Synopsis/Solicitation Request for Quotes Solicitation Number W911RZ-16-T-0004 Catholic Parish Coordinator This is a combined synopsis/solicitation for commercial services 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. Fort Carson intends to award a Firm-Fixed-Price (FFP) contract for a Catholic Parish Coordinator. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and is under Simplified Acquisition Procedures FAR Part 13. All offerors must have completed their online representations and certifications and www.sam.gov website registration to be considered for award of this project. Instructions on how to complete the SAM.gov registration can be found at: https://www.sam.gov/portal/public/SAM. Please contact Colorado PTAC for assistance in registering in SAM and to provide help in navigating the Government procurement process. http://www.coloradoptac.org/ or (719) 667-3845 This process can take up to two weeks so please contact Colorado PTAC as soon as possible to ensure your quote is accepted. This announcement constitutes the only solicitation. The solicitation number for this requirement is W911RZ-16-T-0004 and will be issued as a Request for Quotation (RFQ). The solicitation documents incorporate provisions, and clauses that are currently in effect through Federal Acquisition Circular 2005-76 and DFARS Change Notice 20140919. This procurement is a 100% small business set aside. The small business size standard is $7,500,000.00 and the North American Industrial Classification Code (NAICS) is 813110-Religious Organization. This contract will be FFP and awarded to the lowest price technically acceptable offeror. The Contractor shall quote the following services in accordance with the attached Performance Work Statement (PWS). Period of Performance: BASE YEAR - 1NOV15-29FEB16 CLIN No. Description of Requirement Quantity UI Unit Price Total Price 0001 Coordinate Catholic Parish 4 MO 0002 CMRA 1 Ea Base Total Period of Performance: OPTION 1 - 1MAR16-28FEB17 1001 Holy Days of Obligation 12 MO 1004 CMRA 1 Ea Option 1 Total Period of Performance: OPTION 2 - 01MAR17-28FEB18 2001 Holy Days of Obligation 12 MO 2004 CMRA 1 Ea Option 2 Total Grand Total Price for all CLINS tiny_mce_marker___________ 2 The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil. Provisions by reference: 52.204-7 System for award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors -- Commercial Items 52.212-3 Alt I Representations and Certifications 52.237-1 Site Visit 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 252.225-7031 Secondary Arab Boycott of Israel Provisions by full text: 52.212-2 Evaluation -- Commercial Items (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: The Government will award a FFP contract resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. 1. Past Performance. Past performance will be evaluated as part of the responsibility determination required by FAR 9.103. The Contractor shall submit up to five of its most recent and relevant past performance references with its quote. Recent is defined as occurring within the last three years from the closing date of this solicitation. Relevant is defined as being of a similar scope as the current requirement. The Contractor shall include the following for each reference: a point of contact name, phone number, scope of the contract, contract value and period of performance. The Government may obtain past performance information from any source and is not limited to the information provided by the Contractor. Offerors without relevant past performance information will be assessed an acceptable rating for the past performance factor. Table 1. Past Performance Evaluation Ratings Rating Description Acceptable Based 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. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. 2. Technical Acceptability. The Government will evaluate quotes to determine technical acceptability. In order to be determined "Acceptable," a quote must demonstrate the offeror is capable of meeting all requirements and objectives of the PWS and receive an "Acceptable" rating for each Sub-factor. Sub-factor A - Experience: The offeror must provide a written description of the Contractor's experience performing musical accompaniment. The Contractor shall have a minimum of one year of experience in accompaniment either with a piano, organ or electric piano. The Contractor shall identify the place of performance, instrument played and dates performed in order to demonstrate it meets the minimum qualification. 3 Sub-factor B - Ability to accurately read sheet music: The offeror must provide a written statement certifying the Contractor's ability to accurately read piano sheet music. Table 2. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. 3. Price. Price will not be assigned an adjectival rating; however, unreasonably high or unrealistically low quoted prices may be grounds for eliminating a quote from competition. Price will be evaluated to determine if the offerors quoted price is fair and reasonable. The Government will award a contract to the offeror whose technically acceptable quote represents the lowest price to the Government. (End of Provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mission Installation Contracting Command-Fort Carson ATTN: Installation Contracting Officer 1676 Evans ST, Bldg 1220, 3rd Floor, Fort Carson, CO 80913 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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 address: http://farsite.hill.af.mil/ (End of provision) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 4 Clauses by reference: 52.204-9 Personal identity verification of contractor personnel 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions - Commercial Items 52.217-5 Evaluation of Options 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program 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 52.222-41 Service Contract Act of 1965 52.222-55 Minimum Wages under Executive Order 13658 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-6 Drug-Free Workplace 52.223-10 Waste Reduction Program 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-19 Compliance with Environmental Management Systems 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-19 Availability of Funds for the Next FY 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-37 Multiple Payments 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-2 Clauses Incorporated by Reference (clauses may be viewed in full text at http://farsite.hill.af.mil) 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information for services that include support for the Government's activities related to safeguarding covered defense information and cyber incident reporting 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors, in all solicitations and contracts, including solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items that involve litigation support services 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7004 Drug-Free Workplace 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 WAWF Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for commercial items 5 Clauses by full text: 52.217-8 -- Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 2 years and 4 months. (End of Clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. 6 (b) The use in this solicitation or contract of any Federal Acquisition Regulation or Defense Federal Acquisition Regulation (48 CFR 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) AFARS 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/ <https://atlevel1.dtic.mil/at/>. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ <https://atlevel1.dtic.mil/at/> is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. AFARS 5152.223-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011): 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 (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 20 working 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. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 7 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. To be eligible for an award, contractor must be registered in the System for Award Management (SAM) database. A contractor can contact the SAM by calling 1-866-606-8220 or e-mail at http://www.fsd.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.eb.mil. Local Information: ALTERNATE DISPUTES RESOLUTION: In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (g) the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. Acquiring Access to Fort Carson Installation (Services) 5 June 2015, MICC-FC To register and receive an Automated Installation Access (AIE) control card, the contractor must complete and submit the Fort Carson Form 2036E to the Contracting Officer Representative (COR). Once submitted a National Crime Information Center (NCIC) Level III background check will be completed on each employee requesting routine -access. No employees with prior felonies convictions within the past ten years will be granted access to Fort Carson. All contractor personnel shall be U.S. citizens or legally allowed to work in the United States. Contractor personnel performing work under this contract shall be escorted by Government personnel in restricted areas. The application form (FC Form 2036E) for access cases are located on the Fort Carson forms and publications webpage: http://dirportal.carson.army.mil/dhr/asd/FCFP/Active%20FC%20Forms%20%20means%20form%20wPAS/Forms/AllItems.aspx. This page is accessible to personnel in possession of a DoD CAC. Sponsorship is required for all non-DOD affiliated persons requesting reoccurring unescorted access. Definitions: 1. Foreign National Definition: Foreign National (FN): A person who is not a citizen or national of the United States or its territories. 2. The Colorado driver's license issued for personnel who cannot demonstrate lawful presence in the US or can only demonstrate temporary lawful presence in the US is not recognized as a form of valid 8 identification for access onto Fort Carson. This procedure also applies to any other state issued drivers' license that has the statement on it that it is not valid for federal identification purposes. Process for obtaining NCIC Level III background check: The contractor shall require each contractor employee to hand carry a digitally signed FC Form 2036-E, valid U.S. or State issued photo ID, or U.S. Passport to show for proof of identity to the Visitor Control Center (VCC), Building 6012 outside of Gate 1, for processing and approval. If the individual is driving a vehicle, they must have a valid driver's license with current registration and insurance for the vehicle being driven on the installation. Right to Refuse Access: Any disqualifying issues identified during the NCIC Level III background check will result in denial of installation access to the contractor employee. If an AIE access control card is denied, the contractor may submit an Access Denial Waiver application (FC Form 2036-1) through the Directorate of Emergency Services (DES) to the Garrison Commander. Waiver applications can be obtained at the Gate 1 Visitor Control Center. The following, (but not limited to the below), disqualifying issues can deny an individual entry onto Fort Carson: - The NCIC-III check contains criminal information about the individual that causes the senior commander to determine that the individual presents a potential threat to the good order, discipline, or health and safety of the installation. - The installation is unable to verify the individual's claimed identity based on the reasonable belief that the individual has submitted fraudulent information concerning his or her identity in the attempt to gain access. - The individual has a current arrest warrant in NCIC, regardless of the offense or violation. - The individual is currently barred from entry or access to a Federal installation or facility. - The individual has been convicted of crimes encompassing sexual assault, armed robbery, rape, child molestation, production or possession of child pornography, trafficking in humans, drug possession with intent to sell or drug distribution. - The individual has a U.S. conviction of espionage, sabotage, treason, terrorism or murder. - The individual is a registered sex offender. - The individual has been convicted of a felony within the past 10 years, regardless of the offense or violation. - The individual has been convicted of a felony firearms or explosives violation. - The individual has engaged in acts or activities designed to overthrow the U.S. Government by force. - The individual is identified in the Terrorist Screening Data Base (TSDB) as a known to be or suspected of being a terrorist or belonging to an organization with known links to terrorism or support of terrorist activity. If access is denied the Contractor shall notify the COR and Contracting Officer immediately. Depending upon the circumstances surrounding the disqualifying event the contractor may apply for a waiver. Contact the DES for the most up to date procedures. QUESTIONS: Questions concerning this solicitation shall be addressed to Jerry L. Hodson Jr., Contracting Officer, and e-mailed to anuresh.a.chand.mil@mail.mil andtamika.l.williams32.mil@mail.mil All questions or inquires must be submitted in writing no later than 1:00 p.m. Mountain Time on 16 October 2015. 9 QUOTES DUE: Quotes with all required information shall be received no later than 1:00 p.m. Mountain Time, 22 October 2015. Quotes shall be submitted via e-mail to anuresh.a.chand.mil@mail.mil and tamika.l.williams32.mil@mail.mil. The Contractor shall include a signed tax liability form with its quote. The form is attached to this solicitation. ATTACHMENTS: 1. Performance Work Statement (PWS) dated 9/1/2015 2. 252.209-7992 Representation by Corporations Regarding an unpaid delinquent tax liability or a felony conviction under any federal law-FISCAL YEAR 2015 appropriations (DEVIATION 2015-OO0005) (DEC 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1452195ad601a439448617fe3fefe5eb)
 
Place of Performance
Address: BLDG 1550 Specker Ave RM 2150, Fort Carson, Colorado, 80913, United States
Zip Code: 80913
 
Record
SN03917830-W 20151010/151008234533-1452195ad601a439448617fe3fefe5eb (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.