Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

R -- Youth Ministry Coordinator for Military Installation

Notice Date
5/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Jackson, ACA, Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-08-T-0200
 
Response Due
5/20/2008
 
Point of Contact
Sherrill King, 803-751-5647
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items for a Firm Fixed Price contract prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W9124C-08-T-0200 is hereby issued as a Request for Quote. The Department of Army has the following requirements. This requirement is being advertised as an unrestricted set-aside under NAICS code 813110. Even though this requirement is unrestricted preference may be given to small businesses. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation). In addition, the following FAR clauses are applicable to this acquisition: 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services and 52.217-9 Option to Extend the Term of the Contract. Quotes are due in this office no later than Tuesday, May 20, 2008, at two-oclock (2:00) p.m. Eastern Standard Time. They can be emailed to sherrill.king@us.army.mil or facsimile to 803-751-5429 or 5234. Point of Contact referencing this solicitation is Sherrill King at 803-751-5647. Offers will be evaluated using the evaluation criteria outlined in FAR 13. The award will be made to the vendor whose proposal is most advantageous to the Government. The evaluated non-cost factors for this acquisition shall be Past Performance. The Government will evaluate the extent and quality of the offerors experience performing comparable services. The vendor shall provide at a minimum three (3) references which shall include a brief description, date of award, award amount and a point of contact with a telephone number and an email address. Each vendor will receive an acceptable/non acceptable pass performance rating. All vendors which receive an acceptable past performance rating will be considered for award. Upon completion of past performance evaluation, price will become the determining factor. The Performance Work Statement (PWS) for a Youth Ministry Coordinator is as follows: 1. Description of Services. This PWS defines the Contractor requirements, government responsibilities, reporting, and control requirements related to youth ministry activities for Fort Jackson, SC. Contractor shall provide youth ministry for youth, defined as Middle School and High School age students, within the Fort Jackson community. Services rendered by the Contractor shall consist of providing a community-wide religious program, supporting specific youth ministry needs which cannot be provided by the Fort Jackson Ministry Team or volunteers. It is the responsibility of the Contractor to articulate and develop promotional campaigns and endeavors, and to maintain records of supplies, materials and attendance of youth and volunteers. The major scope of work required shall focus on programming, developing and implementing activities for youth of the Fort Jackson community in support of the established programmed services of the Fort Jackson Ministry Team. 1.1. Requirements The Contractor shall perform in accordance with the performance work statement. 1.2. The Contractor shall have specific training in youth work with a minimum of two years experience in youth ministry. The Contractor shall have received a specific orientation regarding the military community and military environment. A baccalaureate degree is required. A Christian religious degree (e.g., Youth Ministry, Biblical Studies, Religious Education, or ministry) is preferred but not mandatory. Seminary education is highly desirable. The Contractor shall provide these records to the Government upon request within five working days after award. 1.3. The Contractor will submit requested information to the Installation Chaplain in order that a background check may be conducted by the Government on all individuals, including volunteers, working with youth in conjunction with this contract. Failure to provide this information will result in the ineligibility of an individual to work with the youth. 1.4. The Installation Chaplain may require the Contractor to remove personnel working under the contract for reasons of misconduct, security violations, or suspicion of being under the influence of drugs, alcohol or any incapacitating agent. The Contractor and/or its employees/volunteers shall be subject to dismissal from the premises upon determination by the Installation Commander that such action is necessary in the interest of the government. The Installation Commander has the authority under 10 U.S.C. 1382 to bar individuals from the installation. Removal from premises and/or bars from the installation shall not excuse the Contractor from its duty of contract performance. 1.5 The Contractor shall maintain strict confidentiality regarding persons counseled or interviewed and information relating to individuals participating in the Fort Jackson youth ministry program. The Contractor shall not relate or provide sensitive information regarding persons, personal notes, checklists, or counseling records to unauthorized persons. 2. Specific Tasks. The Contractor has overall responsibility for ensuring that all programs and activities are inclusive of all Christian traditions. Contractor shall: 2.1. Develop, coordinate, and conduct 50 youth group meetings for Middle School and/or High School students. Middle School and High School youth group meetings may be combined until such time that the Religious Education Specialist and the Contractor agree that two separate meetings are necessary to better meet the spiritual needs of the students. These meetings may also include activities that are designed to reach out to Middle School and/or High School youth who do not normally attend a chapel. 2.2. Conduct two (2) all day service projects per year, coordinated with and approved by the Protestant Religious Education Specialist. Service projects may be for Middle School or High School or both, but each group should have at least two opportunities to participate in a service project. 2.3. Conduct two (2) one to two (1-2) day long retreat/activity for Middle School and/or High School youth that includes at least one over night stay. Contractor shall obtain written parental consent and medical release for participants in activities off Fort Jackson, SC. 2.4. Make 50 new and/or existing student contacts per year during normal activities to strengthen relationships. These contacts must be at least 30 minutes in duration. With its monthly report (see 2.10), the Contractor will provide a by name list of contacts made that month. 2.5. Provide four (4) one-day long recreational activities for fun, fellowship, and sharing for youth. An example of a day long recreational activity would be a trip to a water or amusement park. Activities should be coordinated with and approved by the Protestant Religious Education Specialist. Contractor shall obtain written parental consent and medical release for participants in activities off Fort Jackson, SC. 2.6. Compile and prepare twelve (12) monthly newsletters for publication and distribution. Newsletters should include all youth ministry activities supported by the Installation Chaplain. 2.7. Conduct 40 Bible studies designed to develop personal growth in students. Bible study groups must include at least three students. 2.8 Conduct one (1) youth ministry training event of at least 6 hours in duration for adult volunteers and/or parents. Training will be inclusive of Catholic and Protestant Christian faith expressions. 2.9 Provide one (1) camp activity for Middle School students and one (1) camp activity for High School students. Camp activities shall be at least 4 days in duration and include recreational activities, fellowship, and spiritual formation and growth. Contractor shall obtain written parental consent and medical release for participants in activities off Fort Jackson, SC. 2.10 The Contractor is required to submit a monthly significant activities report with each invoice. The report should include a brief description of the activity/event; the number of participants, number of volunteers and volunteers hours and the duration of activity/event. 2.11 The Contractor is required to submit a quarterly action plan outlining the significant planned activities for the quarter. The action plan shall include anticipated resources and projected participation of students and volunteers. Action plans shall be submitted to and approved by the Protestant Religious Education Specialist at 30 calendar days in advance of implementation. Except in first quarter of the contract implementation, the Contractor shall have 10 calendar days from date of award to submit its first quarterly action plan. Yearly Services SERVICE # OF UNITS 2.1MS & HS Weekly Club Meetings 50 2.2MS & HS Service Projects2 2.3MS & HS Weekend Retreat, (1 to 2 days)2 2.4Student Contacts in Normal Activities50 2.5Provide day long activities for fun, fellowship 4 2.6Prepare Monthly Newsletter12 2.7Bible Studies for Personal Growth40 2.8Youth Ministry Training 1 2.9Youth Camps for M.S. and H.S. students1 2.10Monthly report 12 2.11Quarterly Action Plan4 3. Requirement Summary. All work will be accomplished within the guidelines of Army Regulations and Directives, and the Installation Chaplains Policy Statements. 4. Government Furnished Property and Utilities. The Government facilities, administrative support, and other materials necessary to implement the program, include: 4.1. Facilities for appropriate administrative, planning, and group activities. These facilities will normally be located in the Main Post Chapel. 4.2. Storage facilities for storage of all teaching materials and supplies. These storage facilities will normally be located in the basement of Main Post Chapel. 4.3. Equipment to include projector, television, VCR/DVD player, and use of a copy machine and/or print shop. 4.4. Supplies to include paper products for publicity, markers, refreshments for events, and fuel for transportation in conjunction with approved youth ministry activities. 4.5 The Contractor shall provide a detailed list of all teaching materials and/or supplies to the Government Religious Education Specialist for approval and restockage. 4.6. Limited use of Transportation Motor Pool (TMP) vehicles for the transportation of youth for specified events in conjunction with approved youth ministry activities. Requests shall be made through the Installation Chaplains Office (Garrison NCOIC). All requests are subject to approval of the Installation Chaplain and dependent upon availability of vehicles and authorized drivers. Contractor shall comply with all TMP regulations and policies. 4.7 Property Accountability. Contractor will be required to sign hand receipts for all issued Government property, including for any keys described in paragraph 8.4 of this document. Any Government property lost or destroyed as a result of negligence on the part of the Contractor will be replaced by the Contractor at the current Government replacement cost of the property as determined by the Contracting Officer. 5. Contractor(s) - Furnished Items. The Contractor shall furnish all other required materials beyond that specified as Government-furnished in Paragraph 4 above. 6. Quality Control. The Contractor shall implement a Quality Control Program, which identifies potential and actual problem areas in fulfilling requirements of this contract as specified, and results in corrective action throughout the life of the contract. The Contractor shall submit a Quality Control Plan (QCP) at the pre-performance conference. Changes to the QCP shall be provided to the Contract Officer (KO) ten (10) calendar days in advance of implementation. The basic tenet of the program is that the Contractor is responsible for maintaining quality. All methods, procedures, and forms shall support this concept. As a minimum the QCP shall address the following issues: 6.1. Be structured to assure independence from any other parts of the Contractors organization. 6.2. Have direct accountability to the Contractors top management. 6.3. Address overall program management and administration. 6.4. Be a comprehensive program to plan and deliver quality services. 6.5. Cover all services described in the contract, prioritize services, and concentrate on the most important services. 6.6. Describe a method acceptable to the Government identifying deficiencies in the quality of services performed under this contract before the level of performance becomes unacceptable, and address procedures for corrective/preventive action without dependence upon government direction. 6.7. A set of procedures to establish a file system of all inspections to be conducted by the Contractor and the corrective action to be taken. This documentation shall be provided to the Government within one workday of the request. 6.8. Describe the methods of communication with the Government regarding Contractor performance of the contract. 7. Quality Assurance. The Government will monitor the Contractors performance under this contract using quality assurance procedures. Under this contract the Protestant Religious Education Specialist will serve as the monitoring official. Any substandard performance noted under the monitoring procedures will be reported to the Contractor for corrective action. 8. General Information. 8.1Physical Security/Key Control. The Contractor bears the responsibility for physical security and key control under the provisions of this contract. The Contractor shall be responsible for keys provided by the government. Keys shall be safeguarded and not be duplicated. 8.1.1 The Contractor shall report any theft, loss, duplication or misplacing of keys to the government within one hour of the discovery of the occurrence. 8.1.2 The Contractor shall reimburse the government for replacement of keys and/or re-keying of locks as a result of keys being duplicated, lost or misplaced by the contractor or while under the responsibility of the contractor. 8.1.3 The Contractor shall be responsible for security of facilities and property made available by the Government in conjunction with the performance of this contract. 8.2Fire protection. Contractor shall comply with installation regulations for fire protection and fire prevention. 8.3Safety. Contractor shall implement safety practices in accordance with applicable regulations to prevent accidents and preserve the life and health of the Contractor and of all persons associated in any way with the performance of this contract, As well as all health and immunization and environmental health requirements and provide/or maintain documentation. 8.4Contractor shall perform preventive maintenance checks on all vehicles prior to operating vehicles and transporting one or more youth and/or volunteers in conjunction with performance of this contract. The Contractor must complete accident avoidance training prior to operating a Government owned, rented, or leased vehicle. 8.5Smoking. Contractor shall comply with policies governing smoking in facilities at Fort Jackson. Vendors shall provide a firm fixed price quote for (CLIN 0001) Youth Ministry Coordinator in accordance with above requirement, Qty 12 months, Unit Price per Month and Total Amount: (Option CLINs 1001, 2001, 3001 and 4001) Youth Ministry Coordinator in accordance with above requirement, Qty for each Option CLIN 12 months, Unit Price for each Option CLIN and Total Price for each Option CLIN. Please provide Dun and Bradstreet number, tax identification number and CAGE code; vendor s Offeror Representations and Certifications shall be completed in ORCA at https://orca.bpn.gov/ prior to submission of quote. CCR must be completed prior to submission of quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5da0d8ba295e50f315cdf62c62ee3095&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN01565583-W 20080504/080502215618-5da0d8ba295e50f315cdf62c62ee3095 (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.