SOLICITATION NOTICE
R -- Catholic Chaplain Services
- Notice Date
- 5/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ11T0170
- Response Due
- 6/16/2011
- Archive Date
- 8/15/2011
- Point of Contact
- Tammie Adair, 719-526-4051
- E-Mail Address
-
MICC - Fort Carson
(tammie.adair@us.army.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. 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. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-11-T-0170. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. Fort Carson intends to award a firm-fixed-price indefinite-delivery-indefinite-quantity contract for Catholic Chaplain Services. A priest wishing to serve as a contract chaplain with the Archdiocese Military Service (AMS), must apply for and receive from the Military Ordinary the appropriate endorsement before AMS faculties may be granted. The period of performance (POP) is 1 July 2011 through 30 September 2011. The North American Industrial Classification System (NAICS) code for this procurement is 813110 with a small business size standard of $7.0 million. This requirement is set aside 100% for Small Businesses. The minimum guarantee is as follows: (POP 1 July 2011 - 30 Sep 2011) ServiceQty Sunday Mass/Holy Day of Obligation 13 Weekday Mass 58 Baptisms 0 Weddings/Rehearsals 0 Confessions 8 Pastoral Care 0 Sacraments 0 Emergencies and Last Rites 0 Training 1 The maximum contract quantity is as follows: (POP 1 July 2011 - 30 Sep 2011) ServiceQty Sunday Mass/Holy Day of Obligation 13 Weekday Mass 58 Baptisms 2 Weddings/Rehearsals 2 Confessions 150 Pastoral Care 750 Sacraments 10 Emergencies and Last Rites 5 Training 1 The Contractor shall propose the following Contract Line Item Number (CLIN): The following are estimated quantities for quoting purposes only. Catholic Priest services in accordance with the Performance Work Statement (PWS). Period of Performance: 1 July 2011 - 30 Sep 2011. Catholic Priest Services IAW PWSQTY UnitPrice Per UnitTotal 0001Sunday Mass/Holy Day of Obligation 13Each $_________$__________ 0002Weekday Mass 58Each $_________$__________ 0003Baptisms 2Each $_________$__________ 0004Weddings/Rehearsals 2Each $_________$__________ 0005Confessions 150Each $_________$__________ 0006Pastoral Care 750Each $_________$__________ 0007Emergencies and Last Rites 5Each$_________$__________ 0008Total Training in accordance with PWS para 7.3.8 1 Lump sum$_________$__________ 0009 1Each$_________$__________ Contractor Manpower Reporting (per para 15 in the PWS). Cost, if any, for CMR reporting POP 1 July 2011 - 30 September 2011 TOTAL $_________ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: the lowest price technically acceptable considering past performance. The offeror shall provide three of its most relevant contracts performed for Federal agencies and commercial customers in the last three years before the due date for receipt of quotations. One of the past performance references must come from the offeror's Chancellor or Bishop. Relevant contracts include those where the offeror performed services of a similar scope, magnitude, and complexity as those required under this solicitation. Contracts that provide all aspects of the services required by this solicitation will be considered more relevant than those contracts for only portions of the services required. Offerors without relevant past performance information will be assessed a neutral rating for the past performance factor. The evaluation of past performance will take into account information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. In addition, the Government may use past performance information obtained from other than the sources identified by the offeror. Past performance information is limited to no more than two pages per contract listed. Information submitted should contain at least the following for each contract/reference: 1. Contract number. 2. Period of Performance. 3. Contract Type (i.e., fixed price, time and materials, etc.) 4. Whether government or commercial contract and the dollar amount. 5. Summary description of any subcontractor and the scope of involvement. 6. Contracting agency, including name and telephone number of contract administrator, buyer or Contracting Officer. 52.212-3 with Alt I (Offeror Representations and Certifications - Commercial Items) Clauses: 52.204-7 (Central Contractor Registration) 52.204-10 (Reporting Executive Compensation and First-Tier Subcontract Awards) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.216-18 (Ordering) (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 July 2011 through 30 September 2011. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 (Order Limitations) (Oct 1995), (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor; (Including Options) (1) Any order for a single item in excess of $11,250.00; (2) Any order for a combination of items in excess of $25,000, or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 (Indefinite Quantity) (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum". (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 September 2011. (End of clause) 5152.233-9000 Army Material Command (AMC)-Level Protest Program (MAY 2004) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you may also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that Program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 52.204-9 (Personal Identity Verification) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-21 (Prohibition of segregated facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-41 (Service Contract Act of 1965, as Amended (Nov 2007) Department of Labor Wage Determination #05-2079 Rev (-11), dated (06/22/10) is incorporated into this award and is available at http://www.wdol.gov/ 52.222-42 (Statement of Equivalent Rates for Federal Hires (May 1989)This Statement is for Information Only: It is not a Wage Determination, GS-0060-11, Hourly $24.10 Chaplain (Roman Catholic) 52.222-50 (Combating Trafficking in Persons (Feb 2009) 52.223-10 (Waste Reduction Program) 52.223-18 (Contractor Policy to Ban Text Messaging While Driving) (Sep 2010) 52.223-5 (Pollution Prevention and Right-to-Know Information (Aug 2003) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.237-2 (Protection of Government Buildings, Equip & Vegetation) 52.245-1 (Government Property) 52.252-2 (Clauses Incorporated by Reference) 252.201-7000 (Contracting Officer's Representative) 252.203-7000 (Requirements Relating to Compensation of Former DOD Officials 252.204-7000 (Disclosure of Information) 252.204-7004 Alternate A (Central Contractor Registration) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 (Electronic Submission of Payment Requests) 252.223-7006 (Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010 (Levies on Contract Payments) 252.243-7001 (Pricing of Contract Modifications) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.eb.mil. Questions concerning this solicitation shall be addressed to Tammie L. Adair, Contract Specialist, and e-mailed to tammie.adair@us.army.mil. All questions or inquires must be submitted in writing no later than 9:00am Mountain Time on 6 June 2011. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received no later than 9:00 am. Mountain Time on 16 June 2011. Late offers will not be accepted. Quotes may be e-mailed to tammie.adair@us.army.mil. The Contracting Officer intends to make an award without discussions; however that does not prevent the Contracting Officer from holding discussions if it is in the best interests of the government. All quotes must reference and acknowledge all amendments posted to this solicitation, if applicable. PERFORMANCE WORK STATEMENT (PWS) CATHOLIC SUPPORT SERVICES EVANS ARMY COMMUNITY HOSPITAL (EACH) FORT CARSON, COLORADO 1. GENERAL REQUIREMENTS 1.1 Scope of Work. The Contractor shall provide distinctive professional support to the Evans Army Community Hospital (EACH) Catholic population by conducting services and sacraments as per the dictates of the Roman Catholic Church. The Contractor shall provide written proof of permission from his diocesan bishop or religious superior to enter into these services as well as provide a current Ecclesiastical Endorsement from the Archdiocese for Military Services (AMS), USA http://www.milarch.org A priest wishing to serve as a contract chaplain with the Archdiocese Military Service (AMS), must apply for and receive from the Military Ordinary the appropriate endorsement before AMS faculties may be granted. The Contractor shall adhere to the policies defined in the Priests' Manual; "Minimum Requirements for the Pastoral Care of Catholic Personnel" as published by AMS dated 20 August 2008. These services include pastoral ministrations in religious education, religious counseling, pastoral care, baptisms, weddings, sacraments, and other lay participation activities that support worship services. This is a Non-Personal Services contract the Contactor is not a member of the Department of Ministry and Pastoral Care (DMPC) staff. 1.2 Hours of Operation. Services under this contract can be accomplished during normal duty hours and days as outlined in the PWS Para 7. The Contractor shall physically respond to emergency service calls as requested by the DMPC staff and COR. 1.3 Period of Performance. The performance period will begin 1 July 2011 through 30 September 2011. 1.4 Location. Primary place for the conduct of services will be at EACH and the Warrior Transition Battalion (WTB) area(s) of operations at Fort Carson, Colorado. 1.5 Priority of Work. The Contractor shall give work priority to life and death situations that require pastoral response. 1.6 Scheduled Activities and Quantities. The service provider shall conduct the following worship services (all quantities are estimated from historical data and are for informational purposes only. The actual services required will be ordered via contract delivery orders.) The estimated contract quantity is as follows: (POP 1 July 2011 - 30 Sep 2011) Service Qty Sunday Mass/Holy Day of Obligation 13 Weekday Mass 58 Baptisms 2 Weddings/Rehearsals 2 Confessions 150 Pastoral Care 750 Sacraments10 Emergencies/Last Rites 5 Training 1 2. DEFINITIONS. 2.1.1 Sunday/Sabbath/ Holy Day Worship service. A celebration of the Eucharist (Mass) utilizing the liturgy of the Missal following the church calendar for the congregation. The Contractor, in all Catholic Worship services, shall include spiritual preparation and sermon preparation. The Mass is held on Sunday, Holy Days of Obligation, and Weekday Mass (Mon-Thurs and 1st Fridays). 2.1.2 Weekday Service. A Mass or par liturgical service held during the weekdays of Monday thru Friday. 2.1.3 Sacrament. A formal Catholic Right. Sacrament of the Eucharist offering of the Sacrament of Reconciliation (confession) and/or administering the sacrament of Anointing of the Sick as requested along with requested religious counseling. The Roman Catholic Church celebrates seven Sacraments: Eucharist, Baptism, Reconciliation, Marriage, Confirmation, Anointing of the Sick, and Ordination. 2.2 Emergency Service Calls. Emergency service calls are required for Roman Catholic ministrations only. The Contractor shall physically respond to emergency service calls as requested by the DMPC staff and COR within two hours of Government notification. The Contractor shall receive payment only for those specific emergency ministrations required and as specified in the contract. 3. CONTRACTOR PERFORMANCE. All work shall be accomplished within the guidelines of the Roman Catholic Church, AMS Priests' Manual, Army Regulations AR 165-1, Army Pamphlet 165-18, Medical Command directives, and Installation Chaplain Policies. The Contractor shall provide the required services to EACH and the WTB as indicated in the delivery schedule of the contract. The Contractor shall abide by EACH Memorandums of Understanding (MOU), policies, rules, regulations and bylaws, as well as applicable Army regulations (ARs) governing these services. The services shall be performed in accordance with the ethical, professional and technical standards defined in the standards of the Joint Commission on Accreditation of Healthcare Organizations (JCAHO), and Health Care Financing Administration (HCFA) Standards. 3.1.1 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 3.1.2 The Contractor and/or the COR shall notify the Contracting Officer (KO) of any discrepancies, disputes, or indications of poor performance. The Chief of DMPC at EACH, if not the COR, shall also notify the KO of such indications. 4. CONTRACTOR PERSONNEL. All services under this contract are to be performed by an ordained Priest of the Roman Catholic Church and endorsed by the Archdiocese for Military Services, with faculties accepted or granted by the Bishop of the Roman Catholic Diocese of Colorado Springs, Colorado and in cooperation with the Fort Carson Catholic Community Chaplain. The Contractor shall provide written proof of permission from his diocesan bishop or religious superior to enter into these services as a priest as well as provide a current Ecclesiastical Endorsement from the Archdiocese for Military Services (AMS), USA (http://www.milarch.org/) The Contractor will adhere to the policies defined in the "Minimum Requirements for the Pastoral Care of Catholic Personnel" as published by AMS dated 25 September 2008. The Contractor shall be experienced and fully qualified to perform the required services without any supervision or direction by Government personnel. The Contractor shall furnish in writing to the KO and the COR any substitution Contractor within five working days commencement of work under this contract the complete name, address, social security number (SSN), date of birth and daytime phone number of each primary and alternate Contractor or Extraordinary Minister of the Eucharist (EME) engaged in performance of this contract. All substitute Contractor personnel working in place of the prime Contractor must meet all qualifications and requirements listed in the contract. 4.1.1 Contractor Points of Contact. The Contractor shall provide the KO and the COR with the names of a primary and alterative point of contact within 5 calendar days after award of contract. To include: telephone numbers, email address and/or physical address in case of emergency. Contractor personnel shall present a neat and professional appearance and be easily recognized as contract employees. This may be accomplished by wearing clothing bearing the name of the company or by wearing appropriate badges which contain the company's name and Contractor's name. 4.1.2 The Contractor shall ensure that contract employees possess a current and valid driver's license and current vehicle insurance is maintained before operating any type of vehicle or equipment on the installation. 4.1.3 The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. Nor shall the Contractor employ a person who is an employee of the Department of Defense, either military or civilian, unless such person seeks and receives approval in accordance with DODD 5500-7R. 4.1.4 The Contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of Contractor employees at any time shall not constitute an excuse for nonperformance under the contract. 4.1.5 All individuals who perform work under this contract shall at all times be employees of the Contractor and/or employees of an approved sub-Contractor. 4.2. Personal Property. The Contractor may use personal ecclesiastical and liturgical items of equipment to conduct Roman Catholic Worship Services, Sacraments, and Ministrations. The Government will not be held liable for loss, damage, theft, or maintenance of personal ecclesiastical equipment. The Contractor shall ensure that personal property is clearly marked and identified to preclude misidentification as Government property. For example, robes, stoles, communion cup, and/or other ecclesiastical equipment that could be similar to and identified as Government property. 5. GOVERMENT-FURNISHED PROPERTY AND UTILITIES 5.1 Office and Equipment. The Contractor shall not be required to furnish any office, ecclesiastical, or liturgical supplies to accomplish the requirements of this contract except as specifically noted. The Government shall furnish office space in the administrative office of DMPC at EACH. This office space will be furnished with the appropriate equipment for the support of the Contractor only in the actual performance of these services. This office space is a "shared" space, and said office is not permanent or dedicated solely to the use of the Contractor. 5.2 Appropriate office furniture and equipment includes: Qty 1, Computer work station, Qty 1, Government cell phone/pager, Qty 1, file cabinet with lock, Qty 1, desk, basic office supplies, and a Qty 1, chair. The use of this equipment is for Government Contractor use only, and is not for personal use. 5.3 Liturgical Items. The Government will provide all required consecrated and liturgical items of equipment and supplies needed in the conduct of a Roman Catholic Worship Service, providing of the Sacraments, and other Ministrations. All request for consecrated and liturgical supplies have to be submitted in a timely manner to the Chief of DMPC and/or the COR in order to ensure that the supplies are available. 5.4 Utilities. The Government will provide all utilities, such as electrical and water, to perform the services required by the contract, at the site(s) of delivery of the services on Federal property. The Government will not make any modifications to utility outlets to accommodate Contractor equipment. 5.5 Telephone Service. The Government will furnish a Class A (on and off post and long distance calling) telephone service for the Contractor to perform services outlined in the PWS. The use of the telephone service is for Government Contractor use only, and is not for personal use. 7. WORK TO BE ACCOMPLISHED 7.1 The work to be performed shall include the following specified requirements and in accordance with the guidance outlined in the AMS, Priests' Manual 2008. 7.2 Worship Services. Weekday Mass Monday thru Thursday (held at 12:00 Noon), First Fridays (held at 12:00 noon), Sunday Mass (held at 11:00 a.m.), and Sacraments of Baptism, Matrimony, Reconciliation, and Confirmation, and Anointment of the Sick as requested. 7.3 Ministrations. The Contractor shall perform the following Ministrations. 7.3.1 The Contractor shall coordinate music support through the COR. 7.3.2 The Contractor shall conduct monthly First Friday Mass at 12:00 Noon at EACH. 7.3.3 The Contractor shall conduct weekday Mass from Monday through Thursday at 12:00 Noon. The weekday Mass may be conducted at EACH and WTB areas of operations at Fort Carson. 7.3.4 The Contractor shall conduct weekly Sunday Mass at 11:00 a.m. at EACH. 7.3.5 The Contractor shall provide pastoral religious visitation and Pastoral Care and Education to individuals who request it. The Contractor shall provide Sacrament of the Sick and/or Communion to those patients that request it. The Contractor shall document religious visitation and education in accordance with the JACHO standard. 7.3.6 The Contractor shall conduct confession sessions as outlined in the AMS, Priests' Manual. In addition to the Mass sessions, the Contractor shall conduct confession sessions on eight Catholic Holy Days of Obligation. The Holy Days of Obligation are: Mary Mother of God, Epiphany, Ascension of the Lord, The Holy Body & Blood of Christ, Assumption of Mary, All Saints Day, Immaculate Conception, and Christmas. 7.3.7 The Contractor shall be available for national, natural, Mass Casualty, or other emergency deemed by the EACH Commander. 7.3.8 Training. The Contractor shall attend government-provided training in compliance with JCAHO standards listed under Pastoral Care Notes Standards. Training classes include: Health Insurance Portability and Accountability Act (HIPPA), Essentris, Center for Health Care Strategies (CHCS), Alta, Safety, Newcomers Briefing, Chemical Biological Radiological Nuclear and High Yield Explosives (C-BRNE), Anti terrorism training, and Application Personnel Education Quality Assurance (APEQS). The COR will set-up the training and maintain a competency file in coordination with the Contractor as outlined in the JCAHO standard for Pastoral Care Notes. The Contractor shall provide certificates of training as requested by the staff of DMPC and/or the COR. The competency files are to be maintained at EACH in compliance with the JCAHO standard. 7.3.9. Command Master Religious Plan. The contract PWS shall be incorporated into the Command Master Religious Plan (CMRP) by the staff Chaplain. 7.4. Chaplains' Fund Council. The Contractor shall not attend Fund Councils and is not a voting member of Fund Councils. 8. ADMINISTRATION 8.1. Definition. Administration for the purpose of the contract is the completion of reports, Government forms, and other input, that is required for the contract services. 8.2. Documentation of Work/Reports. The Contractor shall maintain a log of the work performed under this contract, and shall provide a copy of the log to the COR on a bi-weekly basis. The Contractor attendance log shall be entered by the Contractor in the Defense Medical Human Resources System - internet. (DMHRSi) 8.3 The Contractor shall document work performed using Wide Area Workflow for invoicing and request for payments of services performed in the contract. 8.4. Contractor Identification. The Government shall provide the Contractor with a Contractor identification badge to be worn by the Contractor while performing the services outlined in the contract. The Government shall provide a lab coat for Contractor use during requested in-patient religious visitation. The lab coat will clearly designate "Catholic Priest" and the Contractor identification badge shall be worn by the Contractor at all times. 8.4.1 The Government shall assist the Contractor in obtaining a Common Access Card (CAC) for email account access while performing these services outlined in the contract. 8.4.2 Request for Supplies/Equipment. The Contractor shall provide the COR with the proper requests for the ordering of supplies and equipment to support the Catholic Program in accordance with the Consolidated Chaplains' Fund Standard Operating Procedures (SOP) and the Chaplain Resources Manager's instructions (for appropriated fund supplies). 8.4.3 Applicable forms, Army Regulations, JCAHO standards, Standard Operating Procedures, Medical Command Policies, and instructions will be provided to the Contractor by the COR within five days of performance start date. 8.4.4 Privacy Act. The Contractor shall be familiar with and ensure compliance with provisions of the Privacy Act, Freedom of Information Act, and limitations on Government collection of personal and statistical data on nonaffiliated personnel. 8.4.5 Crime Control Act of 1990. The requirements for criminal history background checks will be in accordance with Medical Command Security, Section J-2, Addendum B, paragraph 2.7. During the credentialing process, the Contractor shall contact the S2/S3 Division concerning the Crime Control Act of 1990 requirements. 8.5 Applicable Government regulations concerning these acts will be made available to the Contractor for review by the COR and/or the Staff Chaplain. 9. QUALITY CONTROL. The Contractor shall use its own internal quality control processes to ensure services are performed in accordance with the AMS, Priests' Manual (2008), AR 165-1 (2009), and Army Pamphlet 165-18 (2000) and this PWS. 10. SAFETY. The Contractor shall conduct these services in accordance with all Fort Carson Safety Regulations, Medical Department Activity (MEDDAC) regulations and all applicable provisions of 29 Code of Federal Regulation (CFR) Parts 1910 and 1926 of the Occupational Safety and Health Act (OSHA). The Government will provide all Safety regulations and forms to the Contractor within five working days full performance of the contract. All Contractor personnel performing these services under the contract, who experience a potential needle-stick, cut, or mucous membrane exposure (e.g., splash to the eye or mouth) to blood or bloody body fluids, shall receive prompt treatment and complete the EACH accident report. EACH will evaluate the source of exposure for risk of Hepatitis-B, Hepatitis-C, and HIV and will provide appropriate counseling. EACH will offer post exposure chemoprophylaxis counseling to prevent HIV, and is referred immediately to a private infectious disease specialist for consideration of any experimental therapy (e.g., AZT). It shall be the Contractor's responsibility to provide appropriate treatment as needed to possibly include Tetanus-Diphtheria booster, Immune Globulin, Hepatitis-B vaccine booster, or Hepatitis-B Immune Globulin. The Government may require the Contractor to provide evidence of the status of treatment and testing. Failure to meet the requirements stated herein, or when test results determine that the Contractor has a contagious disease, the contracting officer may, upon the advice of the MTF Commander or his clinical staff, determine that the Contractor is not an acceptable individual to perform services under this contract. 11. GATE CONTROL. The Fort Carson military installation is a closed post and required post registration of vehicles. Unscheduled gate closures by the Military Police may occur. The COR will provide a memorandum and a copy of the contract to the Provost Marshall at Gate 1 for Contractor access to the installation prior to the contract performance start date. 12. TOBACCO CONTROL. The Contractor shall obey the EACH Smoking/Tobacco Policy. 13. GIFTS/DONATIONS/TITHES/OFFERINGS. The Contractor shall not bill a patient, an insurer, or anyone else for services. The Contractor shall not accept donations, tithes or offerings as a result of services in the performance of this contract. The Contractor is to observe all military and governmental regulations in regard to accepting fees, stipends, or honoraria in performance of their official duties as well as during off-duty hours as outlined in the AMS, Priests' Manual. 14. HEALTH SCREENING. The expense for all physical examinations and immunizations required under the provisions of this paragraph shall be borne by the Contractor. 14.1 The Contractor shall receive and provide documentation of the following medical immunizations and testing required by EACH within five days prior to performance start date: Complete Physical Exam, Tuberculosis screening, Human Immunodeficiency Virus testing, Hepatitis B, Hepatitis C, and Influenza. 14.1.2 The Contractor shall issue a certificate providing evidence of immunizations and tests that have been completed or started and shall provide a schedule for the completion of unfinished immunizations and lab tests. After the schedule is completed, the Contractor must provide an updated and complete certification within five days prior to performance start date. 14.1.3 Any substitute Contractor shall be required to provide current certifications to the COR of health screenings and certifications as outlined in Para 14 prior to performance of these services. 15. CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report all Contractor manpower (including sub-Contractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. The required information includes: 15.1 Contracting Office, Contracting Officer, Contracting Officer Representative; 15.1.1 Contract number, including task and delivery order number; 15.1.2 Beginning and ending dates covered by reporting period; 15.1.3 Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; 15.1.4 Estimated direct labor hours (including sub-Contractors); 15.1.5 Estimated direct labor dollars paid this reporting period (including sub-Contractors); 15.1.6 Total payments (including sub-Contractors); 15.1.7 Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); 15.1.8 Estimated data collection cost; 15.1.9 Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); 15.1.10 Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); 15.1.11 Presence of deployment or contingency contract language; and 15.1.12 Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). 15.1.13 As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 15.1.14 Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 15.1.15 The Contractor shall not bill for the inputting on Contractor Manpower Reporting separately. Contractor Manpower reporting will be part of the contract (it shall be filled out yearly), and the contractor shall incorporate the cost in their overhead rate. End of PWS PERFORMANCE REQUIREMENTS SUMMARY 16. Performance Requirements Summary. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. 1. The purpose of this section is to: a. List the contract requirements considered most critical to acceptable contract performance. b. Show the maximum allowable degree of deviation from perfect performance for each requirement, Acceptable Quality Level (AQL) that shall be allowed by the Government before contract performance is considered unsatisfactory. c. Explain the Quality Assurance methods the Government will use to evaluate the Contractor's performance in meeting the contract requirements. 1.2. The Government's primary quality assurance procedures are based on customer complaints, spot inspections of the recurring critical output products of the contract using the concepts of ANSI/ASQC Z1.4-2003 and planned scheduling. Some contract requirements will be surveilled by use of contractor reports and customer complaints. 1.3. The criteria for acceptable and unacceptable performance are as follows: a. For areas surveilled by sampling: Criteria derived from ANSI/ASQC Z1.4-2003 based on the lot size, sample size and the AQL for each contract requirement. The contractor will be required to re-perform services for items that are found unacceptable. When the number of defects exceeds the acceptable level or trends in non-performance appear the Contracting Officer or COR may complete a Contract Discrepancy Report (CDR). The CDR requires the Contractor to explain, in writing, why performance was unacceptable, how performance will be returned to acceptable levels and how recurrence of the problem will be prevented in the future. b. Other requirements: The criteria for non-sampled requirements were derived from estimates of the level of performance experienced when the service was accomplished by Government personnel or are the level of performance deemed acceptable to the Government. The use of the CDR, as described above, applies to these requirements as well. 2. The rights of the Government and remedies described in a PRS, which is part of the contract, are in addition to other rights and remedies set forth in the contract. Specifically, the Government reserves its contract rights under the Inspection/Acceptance (52.212-4(a)) and the Termination for Cause (52.212-4(m)) clauses. These rights and remedies also apply to validated deficiencies found through customer complaints and stumble-on observations surfaced during the performance of the contract. 3. The contractor will be notified of any deficiency from the PRS and shall take appropriate corrective action. In the event a CDR is issued, the contractor shall explain in writing why performance was unsatisfactory, how performance will be brought into compliance with contract specifications and standards, and how recurrence of the problem will be prevented in the future. PERFORMANCE REQUIREMENT SUMMARY (SEPARATE ATTACHMENT 2)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/908d04f8b847fc8deae1b0d5af0e5a27)
- Place of Performance
- Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02458912-W 20110529/110527234055-908d04f8b847fc8deae1b0d5af0e5a27 (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 |