Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOURCES SOUGHT

77 -- PIANIST/ORGANIST

Notice Date
5/22/2017
 
Notice Type
Sources Sought
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-T-1066
 
Point of Contact
RASHIDA FUNCHES, Phone: 6095622576
 
E-Mail Address
RASHIDA.D.FUNCHES.CIV@MAIL.MIL
(RASHIDA.D.FUNCHES.CIV@MAIL.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT FORT HAMILTON 1. SCOPE OF WORK. To perform as an Organist/Pianist for the Catholic Mass and Protestant Worship services which meet at the Post Chapel, Fort Hamilton, 219 Grimes Road, Brooklyn, NY 11252. Coordinate with the responsible Chaplain/Priest to play the organ/piano/keyboard for weekly Mass, weekly service, weekly rehearsal, special religious holidays and special religious services and music planning/meeting sessions for the respective faith groups. Special events will not exceed one per 6 months with one rehearsal per event. a. Designation of Technical Representative: Garrison Chaplain (Currently Chaplain (MAJ) Donald Ehrke, 718-630-4969, or his authorized representative is designated as the Technical Representative of the Contracting Officer for the purpose of technical surveillance of performances and inspection of materials for work being performed under this contract. No inspector is authorized to change any provision of the specifications without written authorization of the contracting officer nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. b. Receiving reports responsibility: The Contracting Officer Representative (COR) is responsible for preparing the receiving report and ensuring that the Contractor is paid monthly for the amount of services performed. 2. CONTRACTOR PERSONNEL a. Applicants must be willing to undergo a background check. The Contractor shall be fully qualified to perform the required services without any supervision or direction by government personnel. b. Contractors will perform live a 15 minute audition and conduct an interview with the Garrison Chaplain either telephonically or in person prior to the awarding of the contract. c. Contractor Points of Contact. The Contractor shall provide the Contracting Officer with the names of a primary and alternate point of contact with telephone numbers, in case of emergency. 3. HOURS OF OPERATION. The Contractor shall provide the required products and services as indicated: a. Sunday 0930-1030: Catholic Mass Sunday 1045-1230: Protestant Services Thursday 1930-2030: Protestant Rehearsal (Alternate 1300-1400 Sunday) Special events, rehearsals or planning meetings as coordinated with the Technical Representative. b. Payment for services rendered is not based upon time spent, but rather upon the service/rehearsal. The COR will determine a proper length for rehearsals if needed. 4. GOVERNMENT-FURNISHED PROPERTY AND UTILITIES a. Office and equipment. The Government will furnish instruments, i.e. organ and piano, at Ft. Hamilton Post Chapel as necessary. b. Utilities. The Government will provide all utilities, such as electrical and water, to perform the services required by the contract, at the site of delivery of the services on Federal property. The Government will not make any modifications to utility outlets to accommodate Contractor's equipment. c. The Government shall not furnish the Contractor with government living quarters, office space or equipment except as specified in paragraph 4a. 5. CONTRACTOR-FURNISHED PROPERTY AND UTILITIES a. The Contractor shall furnish his/her own transportation to and from the work site(s). b. The Government will not be liable for loss, damage, theft, or maintenance of personal equipment. 6. CONTRACTOR RESPONSIBILITIES a. The Contractor is solely responsible for all tax liabilities. No provision are implied or provided in this contract for any benefits such as medical care, retirement, or worker's compensation. This is a Non- Personal contract. b. The Contractor shall regard personal information on all applicants, volunteers, and participants as confidential. As required by public laws and military regulations, the Contractor will divulge information of illegal activities to the proper authorities. c. The Contractor shall present a neat, well-groomed appearance appropriate for chapel worship services during all times while he/she is performing services under this contract. d. The Contractor must be on location at least fifteen minutes before any worship service or religious event. This is essential due to the central role, which the Organist/Pianist is to each worship service. e. The Contractor will coordinate music with the chaplain responsible for the worship service and the worship leader no later than two calendar days prior to the service. f. Provide the Contracting Officer Representative (COR) with hardcopy invoices each month within five business days after the first day of the month. Invoices shall be submitted digitally through Wide Area Workflow, WAWF. The COR is the approval authority for all requests for payments. g. Obtain approval from the COR for new special events. 7. ADMINISTRATION. Administration for the purpose of this contract is the completion of reports, government forms, and other input that may be required for each contract product service. a. Document of Work/Reports. The Contractor shall maintain a log of the work performed under this contract, and shall provide a copy of the log to the COR on a monthly basis. b. The Contractor will complete reports in the Contracting Manpower Reporting Application (CMRA) as required. CMRA is as follows: 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://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officers, 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-mail 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 costs; (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 work (specified by zip code in the United States and nearest city, country, when in an overseas location, using the standardized nomenclature provided on the website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (per country. As part of this 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 file on the website. The XML direct transfer is a format for transferring filed 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. Note: Information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. AT no time will any data be released to the public with the contractor name and contract number associated with the data. (1) The Chaplain Resource Manager will provide applicable forms, SOPs and instructions to the Contractor. d. Privacy Act. The Contractor shall be familiar with and ensure compliance with provisions of the Privacy Act, Freedom of Information Act, and limitations on government collection of personal and statistical data on nonaffiliated personnel. (1) Applicable government regulations concerning these acts will be made available to the Contractor for review by the Staff Chaplain. REMARKS: Contractor will adhere to the terms of this contract. Under no circumstances will contractor perform any other services not covered in this contract. If contractor needs to perform any service not specified in this contract, he/she will not charge the Post Chapel for services rendered without prior approval of the Contracting Officer. 9. ANTI-TERRORISM (AT) AND OPERATIONAL SECURITY (OPSEC) a. AT Level I Training. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training prior to the contract work start date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR or to the contracting officer if a COR is not assigned, within 10 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html. Contact the Ft Hamilton Anti-Terrorism Office (718) 630-4814 for additional details. b. Access and General Protection/Security Policy and Procedures. Contractor and all associated subcontractors employees shall comply with applicable installation, camp, facility and area commander installation/facility access and local security policies and procedures. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. Contact Ft Hamilton Physical Security Office at (718) 630-4288 for additional info on access to Ft Hamilton. c. iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed prior to the contract work start date. On-site iWATCH training is given by the Physical Security / Force Protection Officer on Tuesdays and Thursdays 1300-1500 hrs. d. OPSEC Training. Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4339c08ea218ed39faf55d9a87588743)
 
Place of Performance
Address: FORT HAMILTON, 219 GRIMES RD, BROOKLYN, NY 11252, BROOKLYN, New York, 11252, United States
Zip Code: 11252
 
Record
SN04517002-W 20170524/170522234605-4339c08ea218ed39faf55d9a87588743 (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.