Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOLICITATION NOTICE

99 -- Contemporary Worship Music Director (Fort Eustis, VA) - RFQ and SOW for Contemporary Worship Music Director

Notice Date
5/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
F2Q3142075A001
 
Archive Date
6/1/2012
 
Point of Contact
Latisha S. Blake, Phone: 7577648902, Saundra V. Diggs, Phone: 7577649059
 
E-Mail Address
latisha.blake@langley.af.mil, saundra.diggs@langley.af.mil
(latisha.blake@langley.af.mil, saundra.diggs@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Request for Quote PDF form REQUEST FOR QUOTATIONS Issued By:633d Contracting Squadron/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665 RFQ NUMBER: F2Q3142075A001 TITLE: Contemporary Worship Service Musical Director (at Fort Eustis, Virginia) This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ F2Q3142075A001 in response to this solicitation. This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a)(13). This acquisition is set-aside 100% for small businesses under NAICS code 813110, for "Religious Organizations", with a 7 million dollar size standard. This RFQ contains 4 line items. : Line Item 0001 Regular Service (53 ea) Line Item 0002 Rehearsals (53 ea) Line Item 0003 Special Service (5 ea) Line Item 0004 Special Rehearsals (5 ea) The selected vendor will be responsible for planning, implementing and executing music direction to ensure the quality of the music and its appropriateness within the contemporary praise and worship style. For more detailed information, please see the attached Statement of Work (SOW). The "Contemporary Worship Service Music Director" position is located at Fort Eustis, Virginia. The required Period of Performance is 3 June 2012 to 2 June 2017. When submitting your quote, please make sure the total amount includes the sum for the Base year, plus the 4 option years. For example: 1) Base Year: 3 June 2012 - 2 June 2013 = $$$ 2) Option Year 1: 3 June 2013 - 2 June 2014 = $$$ 3) Option Year 2: 3 June 2014 - 2 June 2015 = $$$ 4) Option Year 3: 3 June 2015 - 2 June 2016 = $$$ 5) Option Year 4: 3 June 2016 - 2 June 2017 = $$$ ___________________________________________________________ Total = $$$ BASIS FOR AWARD: IAW FAR 13.106-1(a)(2) the basis on which award will be made is best value. The following evaluation factors will be used to determine best value: (1) Technical: Interview: Contractor shall be interviewed based on information located in the Statement of Work (SOW). If specific requirements in the SOW are met, the contractor shall be asked to rehearse with the Praise Team directly after the interview. The contractor shall be evaluated based on the ability to work with the praise team. The selected vendor shall be able to: determine Praise Team music skill level, be able to make musical selections for Sunday service(s), and participate in the worship service. (2) Past Performance: Provide reference(s) regarding related experience. (3) Price SITE VISIT: Please contact Latisha S. Blake, Contract Specialist, at 757-764-8902 to schedule your interview and audition. PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR provisions and clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items FAR 52.203-15, Whistleblower Protections under the American Recovery & Reinvestment Act FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-11, American Recovery and Reinvestment Act 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 Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (CCR) FAR 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). FAR 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment FAR 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment FAR 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. The following AFFARS provisions and clauses are applicable to this solicitation: 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations All quotes must be emailed to Latisha S. Blake, Contract Specialist, at 633 CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. Quotes must be signed, dated and submitted by Thursday, 17 May 2012, 11:00 am, Eastern Standard Time (EST) to the 633d Contracting Squadron/LGCA, Attn: Latisha S. Blake, Contract Specialist, Commercial Phone 757-764-8902, e-mail: latisha.blake@langley.af.mil. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price. POINTS OF CONTACT Primary POC: Latisha S. Blake, Contract Specialist, Phone 757-764-8902 and/or via email: latisha.blake@langley.af.mil. Secondary POC: Saundra V. Diggs, Contracting Officer, Phone 757-764-9059 and/or via email: saundra.diggs@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/F2Q3142075A001/listing.html)
 
Place of Performance
Address: FORT EUSTIS, VIRGINIA, NEWPORT NEWS, Virginia, 23608, United States
Zip Code: 23608
 
Record
SN02744366-W 20120512/120510234959-d3103b49aa800f417657818c3acaeea3 (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.