SOLICITATION NOTICE
G -- Chapel Organist
- Notice Date
- 9/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-03-T-0113
- Response Due
- 9/17/2003
- Archive Date
- 10/2/2003
- Point of Contact
- Patricia Hargis, Purchasing Agent, Phone 619-532-8110, Fax 619-532-5596,
- E-Mail Address
-
pjhargis@nmcsd.med.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-03-T-0113 is issued as a request for quotation (RFQ). Clin 0001. Contract for Organist; Clin 0002. Option Year 0ne (1) Contract for Organist Fy 2004; Clin 0003. Option Year Two (2) Contract for Organist Fy 2005. STATEMENT OF WORK NON-PERSONAL SERVICES CONTRACT FOR CHAPEL ORGANIST SCOPE OF CONTRACT a. The work to be performed is located in the Chaplains? Department, (Pastoral Care Service), Naval Hospital San Diego. The contractor is a qualified organist who provides musical services for the Command Religious Program. b. During the term of this contract, the contractor agrees to perform on behalf of the U.S. Government, the duties of a professional organist for all appropriate chapel functions, per the terms and conditions of this contract. The contractor, although in fact not a Government employee, shall comply with Executive Order 1 1222, May 8, 1965, Prescribing Standards of Ethical Conduct for Government Officers and Employees,? and shall also comply with Department of Defense (DOD) and Department of the Navy (DON) regulations implementing this Executive Order. DUTY HOURS The contractor shall be present for Sunday services (no more than 3 per Sunday), at least 20 minutes early to include time for prelude and the practice of new music with the congregation and remain for postlude time following services; for Sacramental/Ordinance Services, funeral and memorial services, other special services, and choir rehearsals, as requested (no more than 8 per month). The determination of need will be made by Director, Pastoral Care Service (DPCS). Additionally, organist can be contracted by individual parties entitled to use of NMCSD Chapel for other special services such as weddings and memorials. b. Services may be required on the following Federal holidays: New Years Day, Dr. Martin Luther King Jr's Birthday, George Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, Christmas Day. c. Planned absences from assigned duties may be requested with 15 working days advance notice, In writing, to the Director, Pastoral Care Service who normally will function as the contracting officer technical representative (COTH). Approved planned absences shall not exceed 15 days per contract year. d. Unplanned absences due to illness or other incapacitation of the contractor will be allowed up to a maximum of 15 days per contract year. The contractor shall follow the policy of the NMCSD commanding officer with respect to notification of such circumstances to the Director, Pastoral Care Service. If the contractor is absent for 4 or more weeks due to illness, he or she shall provide written documentation from a qualified health care provider that he or she is free from communicable disease. The Government reserves the right to examine or reexamine any such contractor who meets this criterion. DUTIES The contractor shall perform a full range of organ and/or piano services on-site using Government-furnished facilities, equipment and supplies. The workload includes scheduled and emergency requests for musical accompaniment during normal and special services in the chapel. b. The contractor, in conference with the chaplain conducting each service, shall select appropriate music to be used as preludes, postlude, offertories, and background music; c. and in conference with any singers that may be part of a program choose appropriate music to meet the theme of the service. c. The contractor shall provide a competent substitute during periods of absence, not to exceed 15 days a year. d. The contractor shall direct supporting Government employees assigned to him or her during the performance of Pastoral Care Services. The contractor performs limited administrative duties, which include maintaining statistical records of his or her workload. SPECIAL REQUIREMENTS a. Specific skills and knowledge required of chapel organist include (1) Bachelor's degree in music as a minimum with special study in organ. (2) 5 years experience serving as a chapel organist. (3) 2 years experience in multi-denominational or military chapels. (4) Demonstrate adaptability and flexibility in working with chaplains of many various faiths group traditions, to be determined in an interview with the DPCS. (5) Demonstrate knowledge of liturgical church year and the ability to select appropriate music according to various faith group requirements, to be determined in an interview with DPCS. (6) Demonstrate proficiency in sight-reading, and in the ability to accompany in both rehearsed and "last minute" situations, to be shown by an audition conducted by DPCS or his/her staff. (End of Text) 99. NMC - 4011 SUBSTITUTION OF PERSONNEL- PASTORAL CARE SERVICE 1. The contractor agrees to assign to the contract only those individuals whose resumes, past performance records, etc. were submitted as required by this contract. 2. The contractor agrees that during the contract performance period no personnel substitutions will be permitted unless such substitutions are necessitated by an individual's sudden illness or other incapacitation as outlined in the Statement of Work (SOW). 3. All proposed substitutions shall be submitted in writing to the at least within 24 hours prior to the proposed substitution or as soon as the prime contractor's absence, becomes imminent. All proposed substitutions shall satisfy the Personnel Qualification Requirements in the SOW. 4. The requesting code shall approve or disapprove any proposed substitutions at any time during the contract performance period. The requesting code shall evaluate and promptly notify the prime contractor, in writing, of whether the proposed substitution is approved or disapproved. 5. If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned, terminated, or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or that the resultant completion of the contract is jeopardized, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate. FAC 2001-15. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (Oct95): 52.212-3 Offeror representations and certification - Commercial Items (Oct95) must be completed and submitted along with the quote (Please contact Patty Jo Hargis 619-532-8083), e-mail pjhargis@nmcsd.med.navy.mil, if a copy is needed; in accordance with,52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug96) the following clauses are incorporated by reference in paragraph (a) 52.233-3 Protest after Award (31 U.S.C. 3533) paragraph (b): 52.222-26 Equal Opportunity (E.O.11246); 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Affirmative Action for Special Disabled and Vietnam ERA Veteran (28U.S.C.4212); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam ERA (38 U.S.C.4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.212-4 Contract terms and conditions Commercial Items (OST 95). 52.232-36 Payment by Third Party (31 U.S.C. 3332) , ). 52.252-2, Clauses Incorporated by References (Feb 1998); 52.217-8, Option To Extend Service; 52.217-9, Option To Extend The Term Of The Contract; 52.232-18, Availability of Funds; 52.219-18, Notification of Competition Limited To Eligible 8(A) Concerns Site Visit; 252.204-7004, Required central contractor Registration (MAR 1989); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Item (APR2003), Service, 52.212-2, Evaluation - Commercial Items (1999), the following factors shall be used to evaluate offers: 1) Past perfotmance 2) personnel qualifications based on SOW 3) Price. Past performance and personnel qualifications based on SOW when combined it has more importance than cost or price. Prior to Contract Award, the government reserves the right to review the resumes of contractor employees performing under the contract solely for the purpose of ascertaining their qualifications relative to the personnel qualificationsterms of the contract. Accordingly , the contractor shall furnish such resumes and all professional requirements as stated in the Statement of Work (SOW) to the Purchasing Agent along with their quote.All responsible sources may submit a quote which shall be considered. This acquisition is an unresticted solicitation. All interested Bidders must submit quotation plus Resume to Patty Jo Hargis, Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, or by FAX (619) 532-5596 or by e-mail pjhargis@nmcsd.med.navy.mil. This Acquisition is unrestricted. Contract. Award will be based on Cost of the contract, Military experience and/or understanding of military methods by the candidate.Flexibility of the candidate in meeting the needs of the hospital patients and staff within the parameters of the contract. Overall evaluation of package and all of the above. All quotation must be received by Sept 17, 2003, @ 2:30 p.m. Pacific Standard time to be considered responsive.
- Place of Performance
- Address: Naval Medical Center San Diego, Bldg 4, 34800 Bob Wilson Drive, San Diego, CA
- Zip Code: 92134
- Country: UNITED STATES
- Zip Code: 92134
- Record
- SN00430247-W 20030911/030909213500 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |