SOLICITATION NOTICE
R -- Protestant Gospel Service music coordinator
- Notice Date
- 6/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 711130
— Musical Groups and Artists
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA7000-07-T-0180
- Response Due
- 7/11/2007
- Archive Date
- 7/26/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, 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 issued as a Request for Quotation (RFQ), under RFQ number FA7000-07-T-0180, in accordance with FAR Parts 12 & 13. The proposed acquisition is set aside 100% for small business. 8(a)/Hubzone, disabled veteran, women-owned and small disadvantaged owned small businesses are encouraged to submit quotes. LINE ITEM 0001: Protestant Gospel Service music coordinator , Services to be performed in accordance with the Statement of Work QTY: 140 Performance units Unit Price__________Amount_________ POP: 1 October 2007 30 September 2008 LINE ITEM 1001: QTY: 140 Performance units Unit Price__________Amount_________ POP: 1 October 2008 30 September 2009 LINE ITEM 2001: QTY: 140 Performance units Unit Price__________Amount_________ POP: 1 October 2009 30 September 2010 LINE ITEM 3001: QTY: 140 Performance units Unit Price__________Amount_________ POP: 1 October 2010 30 September 2011 LINE ITEM 4001: QTY: 140 Performance units Unit Price__________Amount_________ POP: 1 October 2011 30 September 2012 The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Addendum to 52.212-2 The government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer is conforming to the solicitation and is the most advantageous to the government, price and other factors considered. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price. Only technically acceptable offers will be evaluated. Technical acceptance will be determined by an evaluation of the oral presentation. Oral Presentations will be conducted for the purpose of determining technical acceptance. An Oral Presentation by the incumbent contractor will not be required. Each offeror?s proposal will have two parts: (1) The Line Item pricing as indicated above and (2) the oral presentation. Oral Presentations will last 30 minutes and will be conducted July 9, 2007 between the hours of 3PM to 5PM in the Community Center Chapel Main Sanctuary. Each offeror will contact the Contract Specialist Mike Slocum at 719-333-6081 or alternatively the NCOIC of the Community Center Chapel Ssgt Chris Thompson at 719-333-3300 to schedule their presentation. 1. The types of information to be presented orally and the associated evaluation factors that will be used are as follows: The offeror will be asked to demonstrate the following: a. Keyboard skills ? Offeror may choose 3-5 sacred music selections to play that demonstrate a variety of music styles. These may be original compositions/arrangements These may be performed on the organ, acoustic piano (grand), or electronic keyboard, all of which are available to the offeror. Offerors will be given an opportunity to acquaint themselves with the chapel keyboard instruments prior to the day of audition. Contact the Community Center Chapel at 333-3300 to make an appointment. b. Sight-reading skills ? Play one or more impromptu (unrehearsed) songs from the Celebration Hymnal, chosen by the Government?s panel. c. Directing skills ? Offeror should choose a choral arrangement appropriate for the average church choir. This may be done live (with demonstration tracks), or through video format (an exhibit of prior performance.) This demonstration may be waived by the committee. The panel will evaluate the offerors? skills a. Composition: Panel should include at least the following chapel members: Chaplain, worship leader and choir member from the 0800 Traditional Worship congregation, and present contractor (who is not renewing contract.) b. Responsibilities should include at least the following: Interview the offerors; evaluate offerors? skill proficiencies based on performance and stated contract expectations 2. Will there be a requirement for, or limitations on the use of written material or other media to supplement the oral presentation. Resume ? Members of the Government?s panel should be presented with a copy of the offeror?s resume. Portfolio - The offeror will be permitted, but not required, to present a portfolio of their music ministry experience. Brief video or audio exhibits can be played on the chapel sanctuary equipment. 3. The scope and content of exchanges that may occur between the Government?s participants and the offeror will be for the purpose of informing the panel as to the offeror?s a. Personal philosophy of church music ministry, particularly as it fits a local congregation with volunteer musicians. b. Prior professional experience in the areas of performance required by this solicitation (see statement of work document). Please submit your quote with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of small business. In addition, your quote should provide unit price and total price. No formal format is required as this is a combined synopsis/request for quote solicitation. Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, and no addenda applies. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) and 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION) apply to this acquisition The Clause 52.217-9 applies to this acquisition. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 4 years. (End of clause) In addition, the following FAR and DFAR clauses are hereby incorporated by reference: 52.204-7 Central Contractor Registration JUL 2006 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-3 Offeror Representations and Certification--Commercial Items NOV 2006 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.217-5 Evaluation Of Options JUL 1990 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.232-7003 Electronic Submission of Payment Requests MAR 2007 The following USAF Academy Local Clauses apply to this acquisition: 5352.201-9101 OMBUDSMAN (AUG 2005) 5352.242-9500 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (MAY 2003) ADDENDUM ? USAF Academy Invoicing Instruction (Revised 5/21/06) a. In accordance with DFARS 252-232-7003, Electronic Submission of Payment Requests, the contractor shall submit payment (invoice) requests through the Wide Area Workflow (WAWF) System. For information on WAWF, including how to register, visit the WAWF website at https://wawf.eb.mil or visit the USAFA Academy Contracting Website at http://www.usafa.af.mil/10abw/10msg/lgc/?catname=10lgcw. If you need any further assistance you can contact the Contract Specialist or Contracting Officer whose name appears on the contract. b. The address and DODAAC of the payment office (effective 1 Jun 06) is: Defense Finance and Accounting Service ATTN: DFAS-BAASD/CC P. O. Box 369020 Columbus, OH 43236-9020 ATTN: VENDOR PAY (DODAAC F67100) The full text of any provision can be accessed electronically at http://farsite.af.mil, or by contacting the Contract Specialist. Offers must be received NLT , July 11, 2007, at 10th MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Mike Slocum, Contract Specialist, 719-333-9103 or email to michael.slocum@usafa.af.mil.
- Place of Performance
- Address: Community Center Chapel, USAF Academy, Colorado, The USAF Academy is located directly north of the Colorado Springs, Colorado metropolitan area.
- Zip Code: 80840
- Country: UNITED STATES
- Zip Code: 80840
- Record
- SN01323633-W 20070622/070620221447 (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 |