SOLICITATION NOTICE
99 -- Auxiliary Catholic Priest - Statement of Work (SOW)
- Notice Date
- 9/5/2012
- 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
- F2Q3142185A001
- Archive Date
- 9/27/2012
- Point of Contact
- Latisha S. Blake, Phone: 7577648902
- E-Mail Address
-
latisha.blake@langley.af.mil
(latisha.blake@langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quote (RFQ) in PDF format Statement of Work (SOW) REQUEST FOR QUOTATIONS Issued By: 633d Contracting Squadron/LGCA 5 September 2012 74 Nealy Avenue Langley AFB, VA 23665 RFQ NUMBER: F2Q3142185A001 TITLE: Auxiliary Catholic Priest (at Langley AFB, Virginia) This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ F2Q3142185A001 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 1 (one) line item. : Line Item 0001 AA - "Auxiliary Priest" The selected vendor will assist the Catholic Pastor (Senior Catholic Priest) in the ongoing ministries at "Our Lady Queen of Peace Catholic Community" at Langley, Air Force Base, Virginia. For more detailed information, please see the attached Statement of Work (SOW). The "Auxiliary Catholic Priest" position is located at Langley AFB, Virginia. The required Period of Performance is: 25 September 2012 to 24 September 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: 25 September 2012 - 24 September 2013 = $$$ 2) Option Year 1: 25 September 2013 - 24 September 2014 = $$$ 3) Option Year 2: 25 September 2014 - 24 September 2015 = $$$ 4) Option Year 3: 25 September 2015 - 24 September 2016 = $$$ 5) Option Year 4: 25 September 2016 - 24 September 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). The contractor shall be free of all assignments that might interfere with performing their duties. Please refer to the SOW for further information and detailed instructions. (2) Past Performance: Provide 3 references over the last 5 years regarding related experience. (3) Price SITE VISIT: Please contact Latisha S. Blake, Contract Specialist, at 757-764-8902 to schedule your interview and audition. The interview and audition process is scheduled for Friday, September 14, 2012 during 2 time slots: 9:30am - 11:30am and 1pm - 3pm. 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. Email address: latisha.blake@langley.af.mil Quotes must be signed, dated and submitted by Tuesday, 11 September 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 (new website SAM.GOV) database prior to any contract award. Please submit the following company 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/F2Q3142185A001/listing.html)
- Place of Performance
- Address: 'Our Lady Queen of Peace Catholic Community' at Langley, Air Force Base, Virginia., Hampton, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02868917-W 20120907/120906001724-7dee05003b4dcdf11df73e5515c8b82d (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 |