Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

G -- Traditional Gospel Service Choir Director

Notice Date
6/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-12-T-0099
 
Point of Contact
Benjamin Godfrey, Phone: 2406125663, Rhonda Coles, Phone: 240-612-5647
 
E-Mail Address
benjamin.godfrey@afncr.af.mil, rhonda.coles@afncr.af.mil
(benjamin.godfrey@afncr.af.mil, rhonda.coles@afncr.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 FAR 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 FA2860-12-T-0099. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58. This requirement is set aside 100% for small businesses. The North American Industry Classification System (NAICS) code is 711130 Musical Group and Artists with a $7.0 million size standard. Award will be based on Lowest Price Technically Acceptable (LPTA). Written proposals are required (oral offers will not be accepted). Only one contract will be awarded. LINE ITEMS: 0001: Service Non Personal: Contractor to provide Gospel Service Choir Director for Base chapel at Joint Base Andrews MD in accordance with the attached Statement of Work, Annual Price: ____________, Period of Performance: 01 Sep 2012 - 31 Aug 2013 Option Year 1: tiny_mce_marker___________ Period of Performance: 01 Sep 2013 - 31 Aug 2014. Option Year 2: tiny_mce_marker___________ Period of Performance: 01 Sep 2014 - 31 Aug 2015. Option Year 3: tiny_mce_marker___________ Period of Performance: 01 Sep 2015 - 31 Aug 2016. Option Year 4: tiny_mce_marker___________ Period of Performance: 01 Sep 2016 - 31 Aug 2017. Required place of performance is located at 1679 Brookley Ave. Joint Base Andrews NAF, MD 20762. The resulting contract will be a firm fixed price. Performance Work Statement (PWS) for Traditional Gospel Service Choir Director 1. SCOPE OF WORK: The contractor shall furnish all labor, tools, materials, and transportation to provide non-personal Traditional Gospel Service Choir Director services in accordance with the statement of work. 2. SCOPE OF RESPONSIBILITIES: The contractor shall serve in the Traditional Service and consult/ coordinate with the Contracting Officer Representative (COR). 3. EDUCATION AND EXPERIENCE: The Gospel Service Choir Director must: 3.1. Have an understanding of music that is appropriate for a Protestant worship service. 3.2. Understand and direct the singing of Gospel Protestant worship music with or without written music and possess the ability to sight read. 3.3. Have at least 1 year recent experience as a choir director. Military experience as a service chapel choir director is preferred. 3.4. Must submit a resume to include academic and work related references. 4. GENERAL RESPONSIBITIES: The Gospel Service Choir Director must: 4.1. Provide services for regularly scheduled Protestant Traditional Services, choir rehearsals, and special event programs. 4.2. Provide the personal skills, training, competency, attitude, and spiritual strength that will be needed to meet all requirements contained in this Statement of Work. 4.3. Coordinate all musical selections with the COR. Coordination will take place prior to rehearsals. 4.4. Coordinate with the Traditional Choir director as necessary, including any individual services involving Traditional and Gospel music. 4.5. Be accountable for paying of any social security taxes, federal and or local income taxes, and state unemployment insurance premiums for themselves as well as any individual employed or subcontracted by them to proved services under this contract. 4.6. Comply with all Federal, State, and Local Laws and requirements and Air Force Instructions that apply to this position. 4.7. Have a working knowledge of the chapel sound system. Be able to set-up, hook-up and operate the public address (PA) equipment as required by the Traditional Service. 4.8. Be involved in the recruitment and training of choir members. 4.9. The contractor is accountable for security and cleanliness of all facilities utilized in conjunction with their programs pursuant to AFI 52-105V4, para 1.5.4.13. 4.10. The Contractor must submit an application SF85 via www.opm.gov for a background check according to Department of Defense Instruction (DoDI 1402.5), Criminal History Background Checks and ensure all volunteers working with youth below 18 years of age receive a background check as described in DoDI 1402.5, Criminal History Background Checks on Individuals in Child Care Services. 4.11. The Contractor coordinates all support requirements with the COR or designated representative. 4.12. As appropriate, the Contractor will, in consultation with the COR or designated representative, develop an annual calendar of events, appropriated fund budget, and core religious education curriculum. This information is submitted as required by local Chaplain Corps operating procedures. 5. SPECIFIC RESPONSIBILITES: The Gospel Service Choir Director must: 5.1. Perform bi-monthly at the Traditional Worship Service at designated facility and arrive at least 15 minutes prior to the beginning of worship service or choir rehearsal. 5.2. Perform at weekly rehearsals as scheduled for the Gospel Choir, plus additional services deemed necessary by the COR for special worship and holidays. 5.3. Submit purchase requests as required for support of the choir to the COR. 5.4. Coordinate with Traditional Choir Director and Traditional Musician for special performances. 5.5. Work with the COR to provide special music when needed to support the sermon or message of the service. 5.6. Contractor shall route all requests for equipment, facilities, and transportation as well as invitations to perform through the COR for approval and chapel staff coordination. 5.7. Personally perform the services described above or designate a substitute of equal or higher proficiency to perform the services. Must be submitted to the COR for approval at least 7 days in advance of a proposed absence. 6. GOVERNMENT RESPONSIBILITIES: 6.1. Reviews the contract annually to consider exercise of option. 6.2. Provides choir practice furnished workspace and filing cabinets for music, piano and other equipment deemed necessary to perform services described in this SOW. 6.3. The COR or their designee will monitor and inspect the Contractor's performance. The Contractor will be notified in writing of any and all noncompliance and will be given an opportunity to correct, if possible, nonconforming work. The Contractor will be given an opportunity to respond in writing to any notice of noncompliance. FAR 52.212-3 "Offeror Representations and Certifications - Commercial Items" applies to this acquisition and offeror(s) must include a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or form http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application.) FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.223-6, 52.225-13, 52.232-18, 52.237-2, 52.252-2 http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.232-7003, 52.243-7001, 252.246-7000, 5352.201-9101 (c): Colonel Timothy M. Applegate, AFDW/PK, 2822 Doherty Drive, Bldg 94, Suite 310, Anacostia Annex, DC, 20373, (202) 767-8046. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV), including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.223-5, 52.232-33, 52.233-3, and 52.233-4. To be eligible for an award, contractors 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 (WAWF). You can register at https://wawf.eb.mil/. All proposals must be received by 12:00 p.m. Eastern Standard Time (EST) on 23 July 2012. All questions must be submitted in writing via e-mail and are due no later than 13 July 2012 at 5:00 p.m. Eastern Standard Time (EST). Proposals can be mailed to the 11th Contracting Squadron/LGCBA, 1500 West Perimeter Road, Suite 2780, Joint Base Andrews NAF, MD 20762 or e-mailed to benjamin.godfrey@afncr.af.mil. An official authorized to bind your company shall sign and date the proposal. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." Questions concerning this solicitation should be addressed to Benjamin Godfrey, Contract Specialist, Phone (240) 612-5663.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-12-T-0099/listing.html)
 
Place of Performance
Address: 1679 Brookley Ave, JB Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02783217-W 20120623/120622000444-c7ddddfdbcee4af2dbeaf650a62fe142 (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.