Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
DOCUMENT

G -- musical and instrumental support for worship services - Attachment

Notice Date
9/13/2012
 
Notice Type
Attachment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25912R0732
 
Response Due
9/19/2012
 
Archive Date
9/29/2012
 
Point of Contact
ROnnie R. Jones
 
E-Mail Address
Contracting Officer
(Ronnie.Jones@va.gov)
 
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 requirement is VA-259-12-R-0732 and is hereby issued as a Request for Proposal (RFP). The VISN 19 Rocky Mountain Acquisition Center, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf the VA Eastern Colorado Health Care System, Denver, Co 80220 has a requirement for the following services: A base period of one year and four 1-year possible options for Musical and Instrumental Services for Pastoral Worship Service The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective July 26, 2012. The North American Industry Classification System (NAICS) code is 813110-Religious Organizations and the Small Business Size Standard is $7.0 million. This procurement will be a 100% small business set aside. Women owned, service disabled veteran owned, veteran owned and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue one or more firm fixed price contracts to the responsible Offerors whose lowest price and technically acceptable proposal conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR : SCHEDULE FOR MUSICAL and INSTRUMENTAL SUPPORT BASE YEAR - October 1, 2012 through September 30, 2013 Line Item NumberDescription:UnitEstimated QuantitiesTotal Cost 0001Musical and Instrumental Support ServicesJB104 OPTION YEAR 1 - October 1, 2013 through September 30, 2014 Line Item NumberDescription:UnitEstimated QuantitiesTotal Cost 1001Musical and Instrumental Support ServicesJB104 OPTION YEAR 2- October 1, 2014 through September 30, 2015 Line Item NumberDescription:UnitEstimated QuantitiesTotal Cost 2001Musical and Instrumental Support ServicesJB104 OPTION YEAR 3- October 1, 2015 through September 30, 2016 Line Item NumberDescription:UnitEstimated QuantitiesTotal Cost 3001Musical and Instrumental Support ServicesJB104 OPTION YEAR 4 -October 1, 2016 through September 30, 2017 Line Item NumberDescription:UnitEstimated QuantitiesTotal Cost 4001Musical and Instrumental Support ServicesJB104 STATEMENT OF WORK A.General Information 1.Title of Project: Piano Player for Church Services and Memorial Services Requirement located at VA Eastern Colorado Health Care System (ECHCS) 1055 Clermont Street, Denver, CO 80220. 2.Scope of Work: The contractors shall provide music and instrumental support for weekly Sunday Worship Services as well as other Worship Services. 3.Background: VHA recognizes that spiritual and pastoral care must be integrated into the total program of health care provided to veterans and made available to all patients and, in limited circumstances, to their immediate family members (caregivers) who desire such care. 4.Performance Period: The period of performance will be one base year and four (4) one-year pre-priced option years. The base year period of performance will begin on October 1, 2012 and end September 30, 2013. Performance will be monitored by the Chief of Pastoral Care or their designee to ensure it adheres to all standards of practice listed in paragraph 5. 5. Recognized Standards/Guidelines for Clinical Practice: a. Current JCAHO Manual for hospitals b. VHA Handbook 1111.02 6.Type of Contract: The Government intends to award a Firm-Fixed-Price contract, for a piano player to provide musical support to worship services in accordance with FAR Subpart 16.202-2. 7.Place of Performance: VA Eastern Colorado Health Care System (ECHCS), 1055 Clermont Street, Denver, CO 80220. B. CONTRACT AWARD MEETING The contractors shall not commence performance on the tasks in this SOW until the CO has conducted a post award meeting or has advised the contractor that a post award meeting is waived. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES REQUIREMENT: 1.Contractors shall provide musical and instrumental support for weekly Sunday Worship Services as well as other Worship Services designated by the Agency. 2.Contractor shall plan and prepare musical selections that support the weekly lessons and readings. 3.Contractor shall provide musical selections for meditation times before and after the services. 4.Contractor shall be available as required and shall be scheduled by the Chief of Pastoral Care or their designee. In the event the Contractor is unavailable for a specific service, they shall provide a suitable replacement. 5.Contractor shall be able to adapt to the worship styles and demands from different Chaplains SCOPE OF PRACTICE: In accordance with VHA Handbook 1111.02, Spiritual and Pastoral Care Procedures: 1.Providing musical and instrumental support services for weekly Sunday Worship Services as well as other Worship Services designated by the Agency is essential to the overall Pastoral services provided for patients and their families: a.To ensure that patients (both inpatients and outpatients) receive appropriate clinical pastoral care, as desired or requested by the patients; b.To ensure that hospital, domiciliary, and nursing home patients' constitutional right to free exercise of religion is protected; and c.To protect patients from having religion imposed upon them. 2.Because spirituality is an important dimension of health for many patients and their families, it must be addressed in all components of the VHA mission, including patient care, research, emergency preparedness, and health care education. Chaplains provide expertise in health care ethics and meet with, and in limited situations provide care to, the patients' families and loved ones (see subpar. 14d(5) and 14d(6)). GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Ronnie R. Jones 303-603-3254 or email: Ronnie.Jones@va.gov DEADLINES: Submit questions and offers to the primary POC. All questions or requests for information must be in writing and are due by COB on September 17, 2012. It is acceptable to submit proposals by email NLT September 19, 2012 @ 4:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Also, in order to be eligible for the award the company must be registered in CCR. Please send RFP to: Ronnie.Jones@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: BASIS OF AWARD: 1) The government intends to issue a firm fixed price contract to the responsible Offeror whose proposal conforms to the solicitation and is lowest price technically acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items,(Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: 52.217-8- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.232-19- Availability of Funds for the next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2012. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 each Fiscal Year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Utah. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards (FEB 2010), FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012), FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), FAR 52.219-28, Post Award Small Business Program Representation (APR 2012), FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies(MAR 2012), FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-35, Equal Opportunity for Veterans,(SEP 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010), FAR 52.222-37, Employment Reports on Veterans(SEP 2010), Far 52.222-41 Service Contract Act of 1965 (NOV 2007), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ( MAY 1989) FAR 52.223-18 Contractor Registration (MAY 1999); FAR 52.252-2, Clauses Incorporated by Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.228-5 Insurance, Work On A Government Installation(MAR 1996) FAR 52.232-34 Payment By Electronic Funds Transfer-other than Central Reference,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0732/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-12-R-0732 VA259-12-R-0732.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=475700&FileName=VA259-12-R-0732-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=475700&FileName=VA259-12-R-0732-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02882078-W 20120915/120914001827-b3680fa6655fb88617a7209c38d7edd3 (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.