Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2022 SAM #7418
SOLICITATION NOTICE

G -- G--OPTION - Catholic Priest Services

Notice Date
3/21/2022 2:05:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV122R0012
 
Response Due
4/1/2022 8:00:00 AM
 
Archive Date
09/28/2022
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W91QV122R0012 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 813110 with a small business size standard of $7.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-04-01 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The MICC Fort Belvoir requires the following items, Meet or Exceed, to the following: Base Period of Performance: 04/30/2022 - 04/29/2023 LI 001: Weekly Mass Base The Contractor shall provide weekly mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 52, EA; LI 002: Holy Day Mass Base The Contractor shall provide Holy Day mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 8, EA; LI 003: Weekly Mass NSA Base The Contractor shall provide weekly mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 50, EA; LI 004: Holy Day Mass NSA Base The Contractor shall provide Holy Day mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 5, EA; Option 1 Period of Performance: 04/30/2023 - 04/29/2024 LI 001: Weekly Mass OY1 The Contractor shall provide weekly mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 52, EA; LI 002: Holy Day Mass OY1 The Contractor shall provide Holy Day mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 8, EA; LI 003: Weekly Mass NSA OY1 The Contractor shall provide weekly mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 50, EA; LI 004: Holy Day Mass NSA OY1 The Contractor shall provide Holy Day mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 5, EA; Option 2 Period of Performance: 04/30/2024 - 04/29/2025 LI 001: Weekly Mass OY2 The Contractor shall provide weekly mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 52, EA; LI 002: Holy Day Mass OY2 The Contractor shall provide Holy Day mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 8, EA; LI 003: Weekly Mass NSA OY2 The Contractor shall provide weekly mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 50, EA; LI 004: Holy Day Mass NSA OY2 The Contractor shall provide Holy Day mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 5, EA; Option 3 Period of Performance: 04/30/2025 - 04/29/2026 LI 001: Weekly Mass OY3 The Contractor shall provide weekly mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 52, EA; LI 002: Holy Day Mass OY3 The Contractor shall provide Holy Day mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 8, EA; LI 003: Weekly Mass NSA OY3 The Contractor shall provide weekly mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 50, EA; LI 004: Holy Day Mass NSA OY3 The Contractor shall provide Holy Day mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 5, EA; Option 4 Period of Performance: 04/30/2026 - 04/29/2027 LI 001: Weekly Mass OY4 The Contractor shall provide weekly mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 52, EA; LI 002: Holy Day Mass OY4 The Contractor shall provide Holy Day mass to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 8, EA; LI 003: Weekly Mass NSA OY4 The Contractor shall provide weekly mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 50, EA; LI 004: Holy Day Mass NSA OY4 The Contractor shall provide Holy Day mass at the NSA base to support to the Religious Support Office (RSO), Chaplains, and Religious Affairs Specialists for Department of the Army (DA) IAW with the PWS scope of work., 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Belvoir intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Belvoir is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. For solicitation with multiple CLINs, each individual CLINs shall be priced and submitted on Unison Marketplace. Pricing for multiple CLINS shall not be lumped into one line item. Doing so will place your quote/proposal in the (not to be considered for award) status. CLINs with $0 dollar shall be identified as NO CHARGE. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL http://cp.mcafee.com/d/2DRPoQrhopuud7b33XVKVJ6XZTT4PhOqen3qdTXLKcTshdETvod79EVusvhdETvK-UOqerzzp2cA2fPUDFVVo5e-wgAxOVJTQ24AendK3zhPpCPX_nVAsOyYMVRXBQSn7e73AS74TemKzp55mUVzBgY-F6lK1FJ4SyrKrKr9PCJhbccqotXO7aOfMTFnTv9YXN-GAfzfHicwEjVmhVJ5dxdcSbwaAq8054055Ph0va1kQg6yw9wMi2Ewc30qbxEQ76yASCYrZwIX This solicitation is being released in Unison Marketplace for competition. In order to submit a quote, you must register, and/or log into Unison Marketplace to submit your quotes in accordance with their guidance. No quotes will be accepted outside of the Unison Marketplace site. Please log onto www.UnisonMarketplace.com to submit your quote. In addition to providing pricing at www.UnisonMarketplace.com for this solicitation, each Offeror shall provide any required, NON-PRICING responses (e.g. technical proposals, representations and certifications, etc.). You may attach documents with your offer when placing a bid. After you begin the bidding process the attachment feature is located on the 2nd page �Line Items� or you may submit them to MarketplaceSupport@unisonglobal.com to supplement your Bid (e.g., in response to a �Brand name or Equal/Meet or Exceed� Requirement). Failure to provide any required documents prior to the proposal due date and time will deem your offer non-responsive and ineligible for award. All bids are final at the time the buy closes. Basis of award: An award will be made to the lowest price technically acceptable offeror. Evaluation are lowest technically acceptable offer. All communication is made solely through the Contracting Office. Bid MUST be good for 60 calendar days after submission. In addition to providing pricing through the marketplace, Sellers must include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. Review and comply with the attached solicitation terms and conditions as stated in the clauses of the solicitation in the attachment. The clauses in the By Terms of Unison Marketplace do not apply to this requirement. All sellers are required to provide pricing as stated through the marketplace of Marketplace. Please do not quote pricing on the attached solicitation. The applicable NAICS code for this procurement is 813110 with the related size standard of $8m. The NAICS code identified herein must appear in FAR 52.212-3 ""Offeror Representations and Certifications"" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Bidders are reminded that failure to comply shall render their quote as non-responsive 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 30 Days. (End of clause) Vendor must acknowledge their endorsement by the Archdiocese for the Military Services, USA (AMS) IAW PWS para 2.8: 2.8 Services provided shall be conducted in accordance with Army Regulation 165-1 Army Chaplain Corps Activities. All services under this contract are to be performed by an ordained Priest of the Catholic Church who is endorsed by the Archdiocese for the Military Services, USA (AMS), with faculties accepted or granted by the AMS Archbishop and in cooperation with the Government Catholic Priest or Government Point of Contact (POC). The Catholic Priest will provide regular and special Catholic mass, sacraments, and confessions to the Catholic congregation at the locations and dates identified herein. The Contractor shall advise the Government Chaplaincy personnel as the Catholic subject matter expert (SME). The Contractor shall serve as the SME on Catholic religious instruction in compliance with the conformity listing maintained by the AMS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4bc53e2703cf43d7b2d2e8c0c98aa73c/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN06273428-F 20220323/220321230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.