Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2019 FBO #6455
SOLICITATION NOTICE

G -- Priest for NAS Lemoore

Notice Date
7/25/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
92136
 
Solicitation Number
N0024419Q0238
 
Response Due
8/5/2019
 
Archive Date
8/20/2019
 
Point of Contact
Nelson J. Arias 619-556-9532
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-19-Q0238. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This solicitation is issued as 100% small business set aside and for non-profit organizations. NAICS Code 813110 is applicable and business size is $7.5M. The solicitation will start on the date this solicitation is posted and will end on 5 August 2019 9:00 AM Pacific Standard Time. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Requirements ************************************************************************** Line Item 0001: Provide Priest to oversee the Naval Air Station Lemoore Roman Catholic Chapel Programs, including the Religious Education Program and the Liturgical Ministry Program, for the NAS Lemoore Chapele. Refer to attached statement of work and evaluation criteria. Base year is 01 October 2019 to 30 September 2020 with one option year. Qty. 12 months Delivery: FOB Destination. Inspection and acceptance: At Destination by the Government.. Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) single award. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and DFARS 252.232-7006. Requests for technical and or contractual clarification are to be submitted in writing. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL to E-mail: nelson.arias@navy.mil received no later than 5 August 2019 9:00:00 AM Pacific Standard Time. Answers to questions will be provided in the form of an amendment to this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of 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: Technical Capability, Past Performance, and Price. 1. Technical Capability defined as an assessment of the prospective contractor s key management personnel to determine if they have the knowledge, experience, and understanding of the requirements necessary to provide the requested services and the Performance Work Statement (PWS). a. Resume requirements: Limit to three (3) pages Word or PDF format only. Include experience demonstrating how applicant meets the criteria defined in the PWS. b. Telephone Interviews will be conducted the week after closing of solicitation. Offerors will be contacted in advance of telephone interview date via e-mail. c. Knowledge, skills, and requirements for the Position: 1. Ordained Roman Catholic Priest in good standing with registered home Diocese (or religious order). 2. Possess a Master of Divinity Degree or equivalent. 3. Be granted Faculties by the Archdiocese for the Military Services to include delegation for the administering of Catholic Rites/Services to military service members. 4. Provide a Certificate of Ecclesiastical Endorsement. 5. U.S. Citizen 6. Demonstrates proper use of the English language, oral and written. 7. Possess general working knowledge of Microsoft Word, Microsoft Excel and Microsoft Outlook and desktop computer hardware. 2. Past Performance Provide two (2) references with the Point of Contact, telephone number, address, contract number addressing that you have provided the same or similar services in the last three (3) years. Include evidence of previous experience with Department of Defense (DoD), if applicable. 3. Price The Government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. RATINGS: (A) Technical capability factors shall be rated as Acceptable or Unacceptable . Offerors that comply fully with the technical capability requirements of submitting all required technical data, and the technical proposal will be rated as Acceptable and have their Past Performance data evaluated. Offerors that do not fully comply with the technical data requirements will be rated as Unacceptable and may not be evaluated any further. (B) Past Performance factors shall be rated as ACCEPTABLE , UNACCEPTABLE or NEUTRAL Past Performance ratings are as followed: Acceptable: Vendor has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. Unacceptable: Monetary assessment for non-conforming services, terminations for default or cause, poor performance, such as untimely delivery, poor customer service and inadequate equipment Neutral: No relevant past performance data available for evaluation. The Government will not make award to a proposal that the Government evaluates as Unacceptable on Past Performance. To be eligible for award, the Government must evaluate the Past Performance factor as either Acceptable or Neutral. The Government will give an Acceptable Past Performance rating to proposals where the Offeror has relevant past performance, no monetary assessment for non-conforming services, no terminations for default, met contract requirements for timely delivery and customer service. The Government will give a Neutral Past Performance rating to offerors that lack a record of relevant Past Performance or for whom information on Past Performance is not available. In accordance with FAR 15.305 (a)(2), the Government will not evaluate such offerors favorably or unfavorably on Past Performance. Offerors are reminded, however, that a proposal that receives a Neutral on Past Performance may not represent the most advantageous proposal to the Government and, thus, may be an unsuccessful proposal. Accordingly, the Contracting Officer reserves the right to determine that a higher-priced proposal with an Acceptable rating on Past Performance may be more advantageous to the Government than a lower-priced proposal with a Neutral rating on Past Performance. The Government may reject any or all proposals, if such action is in the best interest of the Government. The Government may waive informalities and minor irregularities in proposals received. The Government intends to evaluate proposals and award a contract(s) without discussions with offerors (except clarifications) as described in FAR 15.306(a)). Therefore, the offeror s initial proposal should contain the offeror s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition. FAR 52.203-15 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 SAM Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors Commercial Items (DEVIATION 2018-O0018) FAR 52.212-3 Alt1, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 2014; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award FAR 52.217-5 Evaluation of Options FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 day 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 34 months. FAR 52.219-6 (DEVIATION 2019-O0003) Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract claim FAR 52.237-1 Site Visit, in solicitations for services to be performed on Government installations FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.237-3 Continuity of Services FAR 52.245-1 Government Property FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 DoD Antiterrorism Awareness Training for Contractors DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7007 Reporting of Government-Furnished Property DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) DFARS 252.219-7012 Competition for Religious-Related Services DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American Balance of Payments Program. DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. DFARS 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: LOCAL CLAUSES New Equipment ONLY; NO remanufactured or gray market items. All items must be covered by the manufacturers warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, Bldg 116 3rd floor, San Diego, CA 92136. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Quoting contractor s should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. End of Clauses/Provisions. Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov to be considered for this solicitation. Quotation information may be submitted via email. Submit responses to: nelson.arias@navy.mil. Reference solicitation number: N00244-19-Q-0238 on all documents and requests for information. Quotes must be received no later than 5 August 2019 9:00 AM NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0238/listing.html)
 
Record
SN05381931-F 20190727/190725230046 (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.