SOLICITATION NOTICE
G -- Roman Catholic Priest Services
- Notice Date
- 7/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC San Diego, N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024409T0540
- Response Due
- 8/11/2009
- Archive Date
- 8/26/2009
- Point of Contact
- Nancy Landeros 805-982-3372 Roman Catholic Priest<br />
- E-Mail Address
-
POC email link
(nancy.landeros@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-09-T-0540. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-35 and DFARS Change Notice 20090715. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 813110 and the Small Business Standard is $7 million. The proposed contract is 100% set aside for small business concerns. The Fleet and Industrial Supply Center San Diego Port Hueneme requests responses from qualified sources capable of providing: 0001 - Services of a Roman Catholic Priest, In Accordance with the Performance Work Statement, Base Year, 12 month; 0002 - Services of a Roman Catholic Priest, In Accordance with the Performance Work Statement, Option Year One, 12 month; 0003 - Services of a Roman Catholic Priest, In Accordance with the Performance Work Statement, Option Year Two, 12 month; 0004 - Services of a Roman Catholic Priest, In Accordance with the Performance Work Statement, Option Year Three, 12 month! ; 0005 - Services of a Roman Catholic Priest, In Accordance with the Performance Work Statement, Option Year Four, 12 month. PERFORMANCE WORK STATEMENTROMAN CATHOLIC PRIESTNAVAL AIR STATION LEMOORE, CA 1 Statement of Work:The purpose of this order is to provide the contractor personnel necessary to complete the mission and objectives of the NAS Lemoore Roman Catholic chapel program. The employee for the subject position will coordinate and celebrate Sunday Mass and Holy Days of Obligation. 2 Knowledge and Skills Required of the Position: A. Ordained Catholic Priest in good standing with registered home Diocese (or religious order). B. Possess a Master of Divinity Degree or equivalent. C. Be granted Faculties by the Archdiocese for the Military Services to include delegation for the administering of Catholic Rites/Services to military Service Members. D. Provide a Certificate of Ecclesiastical Endorsement. E. Possess general working knowledge of Microsoft Word, Microsoft Excel, and Microsoft Outlook or equivalent software and desktop computer hardware. 3 Scope and Effect of Work: A. Must be available within 24 hrs to provide services, when not in a leave status, such as memorial services and funerals for active duty military or special occasions. B. Supervise the NAS Lemoore Catholic community and Liturgical coordinators. C. Possess an understanding of military customs, courtesies, traditions, and protocol and honors rendered in conjunction with military ceremonies. D. Must demonstrate ability to interact with people from all socio-economic backgrounds, civilian and military (including family members and retirees, as well as good oral and written communication skills). 4 Objectives and Tasks: A. Coordinate and celebrate Sunday Mass (once each Sunday for 52 Sunday's) provide services for each of the seven Holy Days of Obligation, to include coordination of musical support with the assistance of the Roman Catholic Music Director and Musician in accordance with the guidance set forth by the Archdiocese of the Military Services, USA. Preparing for Sunday and Holy Day Liturgies includes selecting appropriate music taken from existent missalettes and rehearsing with the congregation when necessary. "Prayers of the Faithful" for Sunday and Holy Day Liturgies are to be composed by the Contract Priest with respect to Liturgical Guidelines and the needs of this Navy Catholic Chapel. B. Administrative Functions: Perform the following in accordance with the guidance set forth by the Archdiocese of the Military Services, USA: 1. Coordinate and supervise the preparation for the Sacraments of Baptism, Marriage, Confirmation, Communion, and Penance/Confession. Celebrate Viaticum/Sacrament of the Sick when necessary. Conduct counseling, classes and/or celebrate the Masses/Liturgies appropriate to the Sacrament administered. Coordinate with the Military Archdiocese or the Diocese of Fresno for the annual celebration of the Sacrament of Confirmation.3. Coordinate and supervise, with the assistance of the Director of Religious Education, the Catholic Religious Education Program for active duty military and their family members at the Chapel. 6. Religious Ministries Department obligations - required attendance at meetings with the Command Chaplain as required.7. As availability permits support Catholic Memorial Services. The main outcomes anticipated are outlined in the Performance Requirements Summary chart below: Performance Requirements Statement Summary Primary Performance ObjectivePerformance Standard (and AQL)Method of Performance AssessmentCoordinate and Celebrate Sunday Mass and Holy Days of ObligationProvide 100% of the timeReview of submitted invoices by Surveillance OfficerProper Invoicing of services to governmentSubmitted correctly 95% of the timeReview of submitted invoices by Surveillance Officer 5 GuidelinesA. Normally accepted professional ministry standards will usually serve as guidelines for most work. In many cases, guidelines and expectations will be established by the Navy Chief of Chaplains, CNRSW or CNIC. The employee uses judgment, initiative and resourcefulness in deviating from established methods to modify, adapt, or refine broader guidelines to resolve specific complex and/or intricate issues and problems; treat specific issues or problems; and propose new policies and practices.6 Security ClearanceA security clearance is not required for this position. 7 Period of Performance: The period of performance of this contract shall be from 01 October 2009 - 30 September 2010. 8 Hours of OperationWork shall be full time; composed of a 40 hour work week over seven days as requirements dictate. 9 Place of PerformanceWork is to be performed in the Chaplain's Office and Chapel facilities at NAS Lemoore. The Government point of contact is the Command Chaplain at NAS Lemoore. 10 Personal Contacts Personal contacts include individuals or groups from outside the Region, including other Government personnel, consultants, contractors, vendors, or representatives of professional associations, in moderately unstructured settings. Ad hoc contacts may include Navy officials who are several managerial levels removed.11 Physical DemandsThe employee performs primarily sedentary work. Some walking, standing, carrying of light items, cleaning of immediate work area. Travel may be required to conduct hospital and home visitations. No overnight travel is anticipated on this Delivery Order.12 Work EnvironmentThe majority of work is performed in an office or chapel setting, with no unusual risks or discomfort. The employees must obtain and maintain an organizational Conflict of Interest affidavit on file with the client organization. Government point of contact is the Command Chaplain, (559) 998-4618.13 Government Furnished PropertyNAS Lemoore will provide adequate working space, all equipment, (e.g., desk, chair, computer, printer, copier, telephone, etc.), utilities, janitorial services, and expendable operating supplies for the duration of this task order. The contractors shall maintain the assigned office space in a neat and orderly manner. The contractor shall use government-furnished facilities, supplies, and equipment (except government vehicle) to accomplish the tasks required under this order. The contractor shall not remove any government-furnished equipment or supplies from the complex without the express written permission of the NAS Lemoore Business Manager or their designated representative. A CAC Card is required for this position.14 Government Managerial Controls Government manager outlines the overall objectives and available resources. The employee and the available manager will discuss and jointly establish timeframes, scope of the assignment, and possible phases and approaches. The employee determines the most appropriate principles, practices, and methods to apply in all phases of the assignment, including the approach to be taken, degree of intensity, and depth of research in religious ministry. The employee frequently interprets new requirements on their own initiative; apply new methods to resolve complex and/or intricate, controversial or unprecedented issues and problems, resolving most of the conflicts that arise. They keep the manager informed of progress and potentially controversial matters. 15 Inspection and Acceptance Inspection and acceptance of the services to be furnished hereunder shall be made at destination by the receiving activity.16 Deliverables All deliverables must meet professional standards and the requirements set forth in the contract, and any work orders. Monthly Status Reports are also required, which provide information of work completed, work in progress, work outstanding, as well as highlighting problems encountered and anticipated, and hours expended and remaining, and accumulated costs. MSRs will be submitted by email to the Religious Programs Business Analyst for review and electronic acceptance. This is an important step in the invoicing process. Period of Performance is for a one-year base period and four one-year option periods. Period of performance is 1 October 2009 through 30 September 2010; Place of Performance is Naval Air Station Lemoore, California. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and citing: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-22; 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, 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, and citing: 252.225-7001 and 252.232-7003. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, a determination of responsibility; technically acceptable low bids and past performance. For the technically acceptability factor Quoters must submit resumes with quote. The resumes will be evaluated on a pass/fail basis. A resume passes if the resume meets the qualifications stated above in the Performance Work Statement, Paragraph 2, Subfactors A thorugh E. A resume fails if any one of the Paragraph 2, Subfactors A through E are not met. Quoters shall include Past Performance data as follows: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Please submit price for services on a per month basis for each option period. For example: Base year, $xx per Mo, Total of $XX; Option Year One, $XX per Mo, Total of $XX, etc. Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 2:00 pm PST on August 11, 2009. Contact Nancy Landeros via email nancy.landeros@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Quotes will be accepted via email, facsimile at 805-982-5725 or standard mail at FISC, ATTN: Nancy Landeros, 3350 Patterson Road, Bldg 801, Code 250, Port Hueneme, CA 93043. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024409T0540/listing.html)
- Record
- SN01887808-W 20090729/090727234718-6d774e5e70fdc3bc470dee31a908e0a2 (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 |