SOLICITATION NOTICE
G -- CHAPEL YOUTH SPECIALIST
- Notice Date
- 9/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624110
— Child and Youth Services
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - East, Army Reserve Contracting Center - East, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S1-08-T-0068
- Response Due
- 9/19/2008
- Archive Date
- 11/18/2008
- Point of Contact
- Deborah E. Terrell, 609-562-2093<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial supply prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is W911S1-08-T-0068. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008. FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 12 and 13. The North American Industry Classification System code (NAICS) is 624110 - Child and Youth Services. The Standard Industrial Classification (SIC) is 8322 - Individual and Family Services. This requirement is being solicited as a small business set-aside and the size standard is $6.5M. A firm fixed price contract will be awarded. Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DESCRIPTION OF REQUIREMENT: The contractor shall provide all materials, labor and equipment to fully perform the duties as Youth Specialist at the Main Chapel. Incumbent will establish youth programs in the Main Chapel and supports the operation for the chapel which provide facilitates and programs for community religious projects and activities. The contractor will ensure the youth groups are ecumenical, nondenominational and approach youth religious programming from a traditional Christian perspective. The contractor will ensure the group is pluralistic in that all faiths have a recognized validity and no coercion or proselytizing be permitted in the programmed activities. Weekly activities will be no less than one hour in duration scheduled at the discretion of the Installation Chaplain. Maintains a current list of substitutes and arranges for substitutes and replacements at least two weeks in advance. A Performance Work Statement (PWS) which shows details of the position can be obtained by contacting the point of contact listed below. HOURS: Contractor will work a minimum of 8 hours per week. Work under this contract will vary dependent upon time of year. The work performance schedule will be coordinated with the QAR by the Contractor prior to commencement of work under this contract. Variance in schedule may occur due to special needs of Religious Programs and services. No special or additional payment will be made for the same service if performed as a result of a change of schedule. THE PERIOD OF PERFORMANCE: Base year: 01 Oct 2008 30 Sep 2009 Option year 1: 01 Oct 2009 30 Sep 2010 Option year 2: 01 Oct 2010 30 Sep 2011 Educational Requirements: Must submit resume with proposal, indicating experience of capability to serve as Chapel Youth Specialist. Associate Degree in Education or Religious Studies and one year full time experience conducting or assisting in a Youth Ministry program or two years of college with some course work towards a degree in education or religious studies and two years full time experience conducting or assisting in a Youth Ministry program. Background Check: Contractor agrees to provide accurate and complete results for required background checks as to each employee assigned work or responsibilities under this contract. At a minimum, the required background check shall include the following: Local military police records (to include a favorable US Army Criminal Investigation Division Command records check). Local civilian law enforcement. A (National Agency Check) NAC will also be initiated to include an FBI fingerprint check, unless there has been a favorable NAC with fingerprint check completed previously with no break in employment (or military service) greater than 12 months. Fingerprints will be recorded on FBI Form FD 258 (Applicant Fingerprint Card). State Criminal History Repository (SCHR) check in each state in which the individual has resided during the 5 years prior to hiring. A new SCHR check need not be initiated unless there has been a break in service greater than 12 months. Record re-verification (IRC and DCII) is required at a minimum every five (5) years for all employees responsible for the care of children and should cover the time period since the completion of the last background check. Record re-verification (IRC and DCII) is required at a minimum of every five (5) years for all employees responsible for the care of children and should cover the time period since the completion of the last background check. DELIVERY ADDRESS: Item is to be procured on behalf of Fort Main Chapel, 5240 New Jersey & 8th Avenue, Fort Dix, NJ 08640. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on 22 September 2008 at 10:00am. EST. Submit offers or any questions to the attention of Deborah Terrell, ARCC-E, via email to deborah.blasingame@us.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba2a9ca570f826cf6dbdbb4d8fccde8b&tab=core&_cview=1)
- Place of Performance
- Address: FORT DIX MAIN CHAPEL 5240 NEW JERSEY & 8TH AVENUE Fort Dix NJ<br />
- Zip Code: 08640-5097<br />
- Zip Code: 08640-5097<br />
- Record
- SN01670635-W 20080917/080915220911-ba2a9ca570f826cf6dbdbb4d8fccde8b (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 |