Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2024 SAM #8188
SOLICITATION NOTICE

G -- Catholic Priest Services, Fort Hamilton, NY

Notice Date
4/26/2024 7:11:46 AM
 
Notice Type
Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-24-Q-5097
 
Response Due
5/6/2024 7:00:00 AM
 
Archive Date
05/21/2024
 
Point of Contact
Nelia Shyshak, Torrence Trappier, Phone: 6095626486
 
E-Mail Address
nelia.shyshak.civ@army.mil, torrence.trappier.civ@army.mil
(nelia.shyshak.civ@army.mil, torrence.trappier.civ@army.mil)
 
Description
The Army Contracting Command � New Jersey (ACC-NJ) on behalf of the United States Army Garrison (USAG) Fort Hamilton has a requirement to procure a new Catholic Priest Services contract. The scope of this requirement is for the contractor to provide Catholic Priest Services at Post Chapel, Fort Hamilton, 219 Grimes Rd, Brooklyn, NY 11252. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base year and 4 option years. SCOPE OF WORK. The Contractor shall perform religious services for the Fort Hamilton Roman Catholic Congregation working in accordance with the Catholic religious program that is planned and implemented by the Garrison Chaplain. The Contractor shall be a Priest in good standing with his Diocese and have faculties to celebrate Roman Catholic masses and shall provide the government with one of the following as grounds for such qualifications: a. the Sacrament of Holy Orders in the Roman Catholic Church and documentation from the current Diocesan Bishop of the Priest fulfilling the contract b. documentation specific to the Diocese of Brooklyn or Diocese of New York c. documentation of being granted faculties by a Latin Rite by the Roman Catholic Ordinary The Offeror must be registered in the System for Award Management (SAM) to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov. See Federal Acquisition Regulation (FAR) Clause 52.212-1, �Instructions to Offerors � Commercial Services� and FAR 52.212-1, Addendum for additional information. See FAR Clause 52.212-2, �Evaluation � Commercial Services� and FAR 52.212-2, Addendum for additional information and evaluation criteria. All questions regarding this solicitation shall be submitted via email no later than 10:00 AM EST on Friday 30 April 2024 to the Contract Specialist: Nelia Shyshak at nelia.shyshak.civ@army.mil and the Contracting Officer: Torrence Trappier at torrence.trappier.civ@army.mil. The questions will be answered all at once and uploaded ton the Contract Opportunities website at https://www.sam.gov posting after the question period has ended. COMPLETING A QUOTE FOR SUBMITTAL a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to Nelia Shyshak at nelia.shyshak.civ@army.mil and Torrence Trappier at torrence.trappier.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.sam.gov. b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation. c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status. d. The offeror shall submit a signed SF1449 (Pg. 1, Block 30a. Signature of Offeror/Contractor). The offeror is required to complete blocks 17, 30a, 30b, and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. f. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. g. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5 �Insurance � Work on a Government Installation� and �Required Insurance�. h. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection. 9. All services shall be performed in accordance with the Performance Work Statement (PWS). 10. All offers shall remain valid for 120 calendar days. 11. SAM Unique ID#: __________________________ 12. CAGE (commercial and government entity) code___________________ 13. Federal Tax ID __________________ 14. Multiple proposals will not be accepted. 15. The following are part of this solicitation: - Attachment 1 Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/69c3c5721e384c90a80119801db905a1/view)
 
Place of Performance
Address: Brooklyn, NY 11252, USA
Zip Code: 11252
Country: USA
 
Record
SN07044101-F 20240428/240426230044 (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.