SOLICITATION NOTICE
G -- AUXILLARY CATHOLIC PRIEST - ATTACHMENT
- Notice Date
- 8/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-09-Q-B020
- Archive Date
- 9/23/2009
- Point of Contact
- David D. Tidwell Sr., Phone: 702-652-2295
- E-Mail Address
-
david.tidwell@nellis.af.mil
(david.tidwell@nellis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT 2 (REPS AND CERTS) ATTACHMENT 1 (STATEMENT OF WORK) This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR), with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4861-09-Q-B020 issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-04. THIS SOLICITATION is unrestricted. The Standard Industry Classification (SIC) for this solicitation is 8661 and the North American Industry Classification Systems (NAICS) is 813110. Based on the size standard for small business of $7.0M annually. Award will be made on or about 15 September 2009 for a five (5) year period through 14 September 2014. The Government intends to award at least one Pre-Priced five (5) year Blanket Purchase Agreement (BPA) for non-personal services described below and may award multiple BPAs with more than one vendor/supplier of the same type to provide maximum practicable competition. The item description of services to be provided are as follows: CLIN 0001 - Auxillary Catholic Priest. The contractor will conduct daily, weekend and holy day Masses, conduct funeral and memorial services, provide spiritual pastoral counseling during the year as needed. Rite of Reconciliation is Sunday at 1100 - 1200. Sunday Masses are at 0945-1045 and 1230-1330. Spiritual counseling is held on Wednesday from 0900 -1200. Schedule of the Sacrament of Reconciliation and Sunday Masses are not negotiable. Additional work schedule will be coordinated through the Catholic Chaplain or the Wing chaplain. The Chapel, building 4302 N Washington Blvd, Nellis AFB, NV will be the primary place for all services unless otherwise directed by the Wing Chaplain. In addition to Nellis AFB, the contractor will celebrate daily, weekend, and, Holy Day Masses, and provide funeral, and memorial services, and the Rite of Reconciliation, etc. during the year as needed at and for Creech AFB. Specific work schedule will be coordinated through the Wing Chaplain. While conducting services at Creech AFB, the Chapel, building 54, Creech AFB will be the primary place for all services unless otherwise directed by the supervising chaplain. Contractor Responsibilities: the contractor agrees to furnish the following described services at both Chapel locations, intervals, and times as may be specified by the Wing Chaplain. 1. Conduct religious worship and instructions services, devotions, and appropriate rites as required. Provide spiritual pastoral counseling and religious ministrations as needed. Contractor will conduct the regularly scheduled weekend Masses at a minimum of twice a month. Contractor will conduct mass on Holy Days of Obligation (excepting Sundays) and other special days in coordination with the Wing Chaplain. 2. Services will be contracted on a per unit basis. A unit is defined as one Mass, one funeral or memorial service, one Sacrament of Reconciliation, one hour of spiritual counseling, etc. Services are to be contracted on a monthly basis. a. Weekday Mass - performed Monday through Friday beginning at 1130 hours. Mass lasts approximately 30 minutes. b. Other - Rite of Reconciliation (Confession), Funerals, and Memorial services. Services performed as requested. (See Attachment 1 (Statement of Work), for required Contractor qualifications and for work to be performed under this agreement). Work is to be performed on both Nellis Air Force Base, Nevada 89191 and Creech Air Force Base, Nevada 89018. 3. Contractor responsible for providing his own clerical clothing. Offerors must include with their quotations: 1) A price list on company stationary or letterhead signed as an original copy as outlined below. The price list will include the price per unit. A unit is defined as one Mass, one funeral or memorial service, one Sacrament of Reconciliation, one hour of spiritual counseling, etc. PRICE LIST Description of Services To Be Performed. 1. One Weekday Mass. Price: _______ 2. One Weekend Mass. Price: _______ 3. One Funeral or Memorial Service. Price: _______ 4. One Sacrament of Reconciliation. Price: _________ 5. One hour of Spiritual Counseling. Price: ________ 6. Price per hour for all other Religious Services/Sessions. Price: ________ 2) Quoted prices must be effective at least though 31 December 2009. 3) A completed copy of provisions 52.212-3, Offeror Representations and Certifications - Commercial Items (ATTACHMENT 2). This attachment need not be submitted with your price quote if you are registered on the Online Representations and Certifications Application (ORCA) web site (https://orca.bpn.gov/). If so, you must provide your Dun and Bradstreet Number and your Federal Tax ID Number. 4) Central Contract Registration (CCR) Cage Code. 5) Tax Identification Number (TIN) or Social Security Number (SSN) whichever is appropriate. 6) Offerors who fail to complete and submit the requirements above may be considered non-responsive. 7) Contract award will be made to the responsive offeror whose offer will result in the lowest price technically acceptable to the government. This is an "all or none" requirement. 8) The following clauses and/or provisions apply to this solicitation: a) A firm fixed price Blanket Purchase Agreement utilizing the Government Purchase Credit Card or Electronic Funds Transfer through the Wide Area Workflow (WAWF) web site, is planned. Therefore, contractor must accept payment either through the use of a third party Government Purchase Card or be registered with WAWF to accept electronic funds transfers. Specifically, if contractor is to be paid using electronic transfers as the method of payment, the contractor must submit what is known as a "COMBO Invoice", via the Wide Area Workflow Web Invoicing System (https://wawf.eb.mil/). If you have never processed an invoice using the DOD's automated system, you may find it first necessary to go to their training site (http://wawftraining.com/), to familiarize yourself with the procedures to follow when processing an invoice. While visiting the site, only concern yourself with learning the procedures that apply to VENDOR/CONTRACTOR. b) The government reserves the right to make multiple awards. c) A combined synopsis/solicitation (along with the attachments) will be posted on the Federal Business Opportunities System (FedBizOpps) site, (http://fbo.gov/). Amendments will be posted on the affected solicitation page FedBizOps site. It is the offerors' responsibility to monitor this site for the release of amendments (if any). d) The following provisions and clauses can be viewed through Internet access at Air Force FAR site, (http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors - Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e.: product literature), price and any discount, and delivery times; FAR 52.212-2 Evaluation - Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the Government, delivery and price considered. The provisions at 52.212-3, Offeror Representation and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation; 52.212-5 Executive Orders - Commercial Items; 52.222-41, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; and 52.232-36, Payment by Third Party -, applies to this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration and 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. 9) For solicitations issued after 1 Jun 98, all contractors are required to be registered in the Central Contractors Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the internet at (http://www.ccr.gov/). Contractors are required to have a Dun and Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. 10) Quotations and amendments (if any) must be signed, dated and submitted in writing or e-mail or by fax by 4:00 PM on 8 September 2009 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191, Attention Mr. David Tidwell, Contract Specialist, at (702) 652-2295, FAX NO. (702) 652-9570, E-mail (david.tidwell@nellis.af.mil) for information regarding this solicitation. 8) Nevada State Law and Regulation Compliance Suppliers are responsiblie for insuring they are up to date and in compliance with any and all Nevada State Statutes, laws, regulations, licensing and certification requirements as may be required and applicable with respect to agreement to perform services and provide products under any subsequent contract that may be awarded to any supplier as a result of this solicitation. Failure to do so could result in any such contract award being terminated for cause. 9) Point of Contact Mr. David Tidwell, Contract Specialist, Phone 702-652-2295, FAX 702-652-9570, E-mail david.tidwell@nellis.af.mil 10) Place of Contract Performance NELLIS AFB, NEVADA 89191 and CREECH AFB, NEVADA 89018
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-09-Q-B020/listing.html)
- Place of Performance
- Address: NELLIS AIR FORCE BASE, NEVADA 89191 AND CREECH AIR FORCE BASE, NEVADA 89018, NELLIS AIR FORCE BASE, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN01907275-W 20090813/090812000808-40c8d1ecd0ba8116a4bcd4210faaf8a5 (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 |