Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2019 FBO #6256
SOLICITATION NOTICE

G -- Department of Veterans Affairs Tennessee Valley Healthcare System (TVHS) Musician Services

Notice Date
1/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24919Q0063
 
Response Due
1/11/2019
 
Archive Date
4/20/2019
 
Point of Contact
Contracting Officer
 
Small Business Set-Aside
Total Small Business
 
Description
Page 1 of 7 COMBINED SYSNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS (I) GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24919Q0063 Product or Service Code: G099 Social Other Set Aside: Small Business NAICS Code: 711130 Musical Groups and Artists Small Business Size Standard $38.5 Million Dollars (II) DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation is a request for quotations (RFQ). This solicitation document incorporates clauses and provisions that are in effect through Federal Acquisition Circular 2005-101, 10-26-2018. This combined/synopsis solicitation is set aside for small businesses in accordance with FAR 19.502-2. The acquisition will be made pursuant to the authority in FAR Part 13, Simplified Acquisition Procedures. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the FAR and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). (III) STATEMENT OF WORK All interested companies shall provide quotes for the following: Statement of Work (SOW) Purpose/ Background The Department of Veterans Affairs (VA) Tennessee Valley Healthcare System (TVHS), which for purposes of this SOW encompasses the Alvin C. York VA Medical Center (VAMC) located at 3400 Lebanon Pike, Murfreesboro, TN 37129 and the Nashville VAMC located at 1310 24th Ave. N., Nashville, TN 37212, needs a person to play the piano/keyboard for worship services and other special religious activities. Contractor shall furnish all labor, materials, insurance, licenses, contractor employee transportation, and necessary effort to provide the services stated within this SOW, as applicable. TVHS needs a person to play the piano/keyboard for worship services and other special religious activities. Music is recognized as an essential element in most worship services. TVHS Veterans benefit greatly from this service. The Veterans are primarily residential patients and are unable to leave the grounds to attend worship services in the community. The Veteran population is older and prefers traditional hymns in their worship services. There is no requirement that the same individual play for every service. Requirements TVHS requires the following services for one base period and four option years referenced within the price schedule section below: One pianist shall play protestant worship services at the Nashville VAMC in Nashville, TN on a weekly basis. The worship services are to be conducted every Wednesday at 11:30 am CT to 12:00 am CT in the Nashville VAMC Chapel. The pianist must be able to proficiently play Christian hymns from the Protestant Tradition. The pianist must be able to take direction from the Nashville VAMC Chapel Choir Director. In addition, the pianist will be expected to play a prelude and a postlude for the worship service from classical Christian music for each service. One pianist shall play for fourteen special services for occasional services that do not accrue on a weekly basis. Example of services are religious services, memorial services and ceremonies based on civic holidays. The dates and times are to be determined throughout the year on an as needed basis. The pianist will be expected to play a prelude and postlude for the service from classical music selections. Most services will be at the Nashville VAMC Chapel, but may include other locations within the Nashville VAMC. One pianist to play protestant worship services at the Alvin C. York VAMC in Murfreesboro, TN on a weekly basis. The worship services are conducted every Sunday at 9:15 am CT to 10:15 am CT in the Alvin C. York VAMC Chapel. The pianist must be able to proficiently play Christian hymns from the protestant tradition. The pianist must be able to take direction from the Alvin C. York VAMC Chapel Choir Director. In addition, the pianist will be expected play a prelude and a postlude for the worship service from classical Christian music. One pianist to play for an estimated fourteen special services for occasional services that do not accrue on a weekly basis, example of services are religious services, memorial services and ceremonies based on civic holidays. The dates and times to be determined, throughout the year. The pianist will be expected to play a prelude and postlude for the service from classical music selections. Most services will be at the Alvin C. York VAMC Chapel, but may include other locations within the Alvin C. York VAMC. One pianist to play for the catholic worship services at the Nashville VA Medical Center (VAMC) in Nashville, TN on a weekly basis. The worship services are conducted every Sunday at 6:00 pm CT to 7:00pm CT in the Nashville VAMC Chapel. The pianist must be able to proficiently play Christian hymns from the catholic tradition. The pianist must be able to take direction from the Nashville VAMC Chapel Catholic Priest. In addition, the pianist will be expected to play a prelude and postlude for the worship service from classical Christian music. References VHA Directive 1111, Spiritual and Pastoral Care in the Veterans Health Administration; VA Handbook 1111.02, Spiritual and Pastoral Care Procedures. Progress and Compliance No reports will be due. Notes and Other Information None. End of Statement of Work (IV) CONTRACT LINE ITEM NUMBERS (CLIN) See attached spreadsheet that is entitled S02_Contract Line Items. This spreadsheet shall be filled out by all offerors. FAR 52.217-8, Option to Extend Services is included in this RFQ. Pricing for this clause will be evaluated during the cost/price evaluation. The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates referenced within CLINS 5001 through 5006. Evaluation of options shall not obligate the government to exercise such options under any option clause. (V) DATE(S) AND PLACE(S) OF DELIVERY Delivery Address: Department of Veterans Affairs Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN 37129 Or Department of Veterans Affairs Nashville VA Medical Center 1310 24th Avenue S. Nashville, TN 37212 (VI) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS APPLIES TO THIS SOLICITATION ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Offerors shall submit quotes on company letterhead and include the Price/Cost Schedule that is attached to this announcement (See S02_Contract Line Items). Offerors shall include unit price, total, unit quantity and item description as specified in the attached offer form, as quoted discounts, proposed delivery time, name, address, and telephone number of the offeror, firm s DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, and a completed copy of FAR 52.212-3 Representations and Certifications- Commercial Items. All prospective offerors must include appropriate references which must include all applicable company information. In addition, the quote shall include a separate narrative to specifically and clearly communicate: The offeror s technical ability to meet the performance requirements. As applicable, licensing and insurance must be in the name of the prime contractor and only the prime contractor. Offerors should provide past performance evidence. The past performance evaluation results are an assessment of the offeror s probability of meeting the solicitation requirements. This assessment is based on the offeror s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance information from the prime contractor is the only past performance information that will be considered. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered acceptable. The government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: - Price - Technical Capabilities - Past Performance This RFQ is issued in accordance with FAR 12 and in conjunction with Simplified Acquisition Procedures Far Part 13. Evaluation of price and other factors will be performed in accordance with procedures outlined in FAR 13.106. A single award will be made to the lowest fair and reasonable priced quote that meets the acceptable past performance and technical capability criteria provided in this RFQ. (End of Provision) (VII) 52.212-3 OFFEROR REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. FILL IN THIS PROVISION AS REQUIRED. (VIII) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS APPLY TO THIS SOLICITATION (IX) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS The following FAR clauses identified within paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.223-11, 52.223-18, 52.223-20, 52.225-1, 52.225-13, and 52.232-33. (X) THE FOLLOWING FAR CLAUSES AND/OR PROVISIONS ARE APPLICABLE TO THIS ACQUISITION 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.204-21, 52.217-5, 52.217-8, 52.217-9, 52.232-40. 52.252-1, and 52.252-2. (XI) THE FOLLOWING VAAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION 852.203-70, 852.232-72, 852.237-70, 852.270-1, 852.271-70. 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (XII) THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS) IS NOT APPLICABLE TO THIS ACQUISITION (XIII) QUOTES/OFFERS All quotes/offers shall be submitted via email to the contracting officer (CO), Stephen A. Clabough, at stephen.clabough@va.gov no later than 12:00 PM CT on January 11, 2019. All quotes/offers submitted must include the solicitation number 36C24919Q0063 and Title in the subject line of the email. Quotes received after this date and time will be not be considered for award. (XIV) QUESTIONS To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the CO, Stephen A. Clabough, at stephen.clabough@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the solicitation number and Title, contractor name, city, state, telephone, email address and the RFI question(s). No RFI received after 1200 CT on January 9, 2019 will be answered unless the CO determines it to be in the best interest of the government to do so. Telephone requests for information will not be accepted. A pre-offer site visit will not be considered. The government will not provide paper copies of the solicitation. Telephone, written, or facsimile requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fbo.gov frequently. (XV) CONTACT INFORMATION Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 9 1639 Medical Center Pkwy. Murfreesboro, TN 37129 Primary Point of Contact: Stephen A. Clabough Contracting Officer, NCO 9 Stephen.Clabough@va.gov (XVI) ATTACHMENTS S02_SCA WD_2015-4647_Rev. 10 S02_Contract Line Items NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-JAN-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-JAN-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0063/listing.html)
 
Place of Performance
Address: Departmnet of Veterans Affairs;Nashville VA Medical Center;1310 24th Avenue South;Nashville, Tennessee
Zip Code: 37212
Country: USA
 
Record
SN05188286-F 20190109/190107230024 (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.