Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2009 FBO #2636
SOLICITATION NOTICE

G -- Catholic Priest

Notice Date
2/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-09-Q-A090
 
Archive Date
3/5/2009
 
Point of Contact
Aaron Adams, Phone: 803-895-5341, John M Dix, Phone: 803-895-5264
 
E-Mail Address
aaron.adams@shaw.af.mil, john.dix@shaw.af.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 Subpart 12.6, 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. The solicitation number for this procurement is FA4803-09-Q-A090 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24. For informational purposes the North American Industry Classification System code is 561110 - Office Administrative Services. This acquisition is set aside 100% Small Business. This is a firm-fixed price procurement, and will be procured using commercial item procedures and award selection will be made based on price. This requirement is for: A Catholic Priest. The following is the Statement of Work for the services required. PERFORMANCE WORK STATEMENT (PWS) FOR AUXILIARY CATHOLIC PRIEST 1. DESCRIPTION OF SERVICES 1.1 The contractor shall furnish personnel and transportation necessary to provide a part time Catholic Priest for SHAW AFB, SC. Contractor shall provide for religious worship, devotions, and appropriate rites as required, to include 2 Masses (Saturday and Sunday), Holy Day Masses (2), Saturday Confession, Penance Service (Advent/Lent), and Holy Week. For the religious and spiritual needs of the Air Force military members and their families. 2. CONTRACTOR QUALIFICATIONS: 2.1 The contractor shall be a Catholic Priest in good standing and have permission from their Ordinary/Superior and the endorsement by document from the Archdiocese for the Military Services (AMS). (http://www.milarch.org/). 2.2 Shall adhere to all AMS directives as outlined in the "Basic Expectations for the Pastoral care of Catholic Personnel" document published by the AMS. 2.3 Secure and maintain the endorsement and faculties of the AMS to perform Liturgical and Sacramental services on Military Installations. 2.4 Shall possess a current knowledge of the Liturgical Theology and the Rites of the Roman Catholic Church III. 2.5 Contractors shall be able to pass required background investigations in accordance with DOD and the AMS policies. 3. CONTRACTOR RESPONSIBILITIES: 3.1 Maintain professional competency 3.2 Celebrate Saturday/Sunday and Holy Day of Obligation Masses. 3.3 Be available for the Sacrament of Reconciliation prior to Saturday Mass. 3.4 Celebrate or Administer any of the Sacraments. 3.5 Celebrate special Liturgical or Sacramental Celebrations. 3.6 Adhere to all administration requirements prescribed by the Roman Catholic Church for the Reception of any Sacraments. 4. HOURS OF OPERATION 4.1 Date, Time and Place of Performance: Specific work schedule will be coordinated through the Wing Chaplain. Palmetto Chapel, 433 Shaw Drive, Shaw AFB, SC. SHAW AFB SC will be the primary place for all services. 5. GOVERNMENT FURNISHED PROPERTY 5.1 The government will provide office space with desk, chair, computer, printer, filing cabinets, bookcases, phone, expendable office supplies, and other items deemed necessary to perform services described in this PWS. 5.2 Restrictions: Government property made available under this contract is only for use in the performance of services described in this contract. 6. SAFETY 6.1 The contractor shall be aware of local safety requirements and ensure that all reasonable efforts are made to protect all persons from harm and the U.S. Government property from damage. 7. BASIS OF PAYMENT 7.1 Services provided by the contractor will be paid per services conducted. Each service will be counted as one. i.e. One Mass, one Reconciliation, one Penance Service and/or one Funeral. This contract will allow for 120 services. The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Price and delivery. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following clauses are hereby incorporated by reference: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (MAR 2007) (Alternate I) (OCT 2006) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman - ACC Ombudsman follows: Mrs. Lorraine Cotton, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: Lorraine.Cotton@langley.af.mil. FAR52.219-28 - Post-Award Small Business Program Rerepresentation, The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. Quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail Proposals will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to 803-895-5339 or by e-mail to aaron.adams@shaw.af.mil, or mailed to the attention of A1C Aaron Adams at 20 CONS/LGCAA, 321 Cullen Street, Shaw AFB, SC 29152.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b555fb1dc8d3b14417d44421e83d4818&tab=core&_cview=1)
 
Place of Performance
Address: Palmetto Chapel located on Shaw AFB, Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN01748770-W 20090213/090211220442-b555fb1dc8d3b14417d44421e83d4818 (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.