Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
MODIFICATION

R -- AMEND 01_EXTEND Q&A AND CLOSING DATE_Cath Chaplain Services (FY13) SUBJECT TO THE AVAILABILITY OF FUNDS

Notice Date
9/20/2012
 
Notice Type
Modification/Amendment
 
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
W911RZ12T04TA
 
Response Due
9/26/2012
 
Archive Date
11/25/2012
 
Point of Contact
Tammie Adair, 719-526-6619
 
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. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-12-T-04TA. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. Fort Carson intends to award a firm-fixed-price contract SUBJECT TO THE AVAILABILITY OF FUNDS 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 and provide written proof to the Contracting Officer of permission from his diocesan bishop or religious superior to enter into these services as well as provide current Ecclesiastical Endorsement from the Archdiocese for Military Services (AMS), USA http://www.milarch.org prior to the performance start date. The period of performance (POP) is 1 October 2012 through 30 September 2013. The North American Industrial Classification System (NAICS) code for this procurement is 813110 with a small business size standard of $7.0 million. This requirement is set aside 100% for Small Businesses. The Contractor shall propose the following Contract Line Item Numbers (CLINs): The following are quantities for quoting purposes only. Catholic Priest services in accordance with Attachment #1 Performance Work Statement and Attachment #2 Performance Requirement Summary Line Item Qty Unit Price 000152Each$_______ Sunday Mass w/ Confession Session Work to be performed at Fort Carson, Colorado as outlined in Attached Performance Work Statement SUBJECT TO THE AVAILABILITY OF FY 13 FUNDS) FFP 0002228Each$_______ Weekday Mass w/ Conf Session Work to be performed at Fort Carson, Colorado as outlined in Attached Performance Work Statement (SUBJECT TO THE AVAILABILITY OF FY 13 FUNDS) FFP 00033,300Each$_____ Pastoral Care w/ Sacraments Work to be performed at Fort Carson, Colorado as outlined in Attached Performance Work Statement (SUBJECT TO THE AVAILABILITY OF FY 13 FUNDS) FFP 00041Lump Sum$_____ Training The contractor shall attend all training as outlined in the Attached Performance Work Statement (SUBJECT TO THE AVAILABILITY OF FY 13 FUNDS) FFP 00056Each$_____ After Hours-Emergency Service Calls Work to be performed at Fort Carson, Colorado as outlined in Attached Performance Work Statement (SUBJECT TO THE AVAILABILITY OF FY 13 FUNDS) FFP 00061Each$______ Contract Manpower Reporting as outlined in Attached Performance Work Statement (SUBJECT TO THE AVAILABILITY OF FY 13 FUNDS) FFP TOTAL PRICE (All line items 0001 - 0006 ) $____________ Period of Performance 1 Oct 2012 - 30 Sep 2013 (FY13 SUBJECT TO THE AVAILABILITY OF FUNDS) FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed in full text at http://farsite.hill.af.mil/ or www.acquisition.gov/far/. PROVISIONS: 52.212-1 (Instructions to Offerors- Commercial Items) applies to this acquisition and is included in para (a) (b) and (c) of this provision. 52.212-2 (Evaluation - Commercial Items) is applicable to this acquisition and is included in para (a) (b) and (c) of this provision. (a) 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. (b) 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. (c)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) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mission Installation Contracting Command-Fort Carson Contracting ATTN: Angela R. Arwood, Contracting Officer. 1676 Evans ST, Bldg 1220, 3rd Floor, Fort Carson, CO 80913 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any FAR or DFARS (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.225-7031 (Secondary Arab Boycott of Israel) CLAUSES: 52.203-3 Gratuities Deviation 2012-O0015 Published Aug 21, 2012 Effective Aug 21, 2012 52.204-99 System for Award Management Registration (Deviation)(August 2012) 52.204-9 (Personal identity verification of contractor personnel) 52.204-10 (Reporting Executive Compensation and First-Tier Subcontract Awards) 52.209-6 (Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment) 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) 52.237-2 (Protection of Government Buildings, Equipment, and Vegetation 52.204-9 (Personal Identity Verification) 52.204-10 (Reporting Executive Compensation and First-Tier Subcontract Awards) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-28 (Post Award Small Business Representation) 52.222-3 (Convict Labor) 52.222-21 (Prohibition of segregated facilities) 52.222-25 Affirmative Action Compliance 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.223-18 (Encouraging Contractor Policies to Ban text messaging while driving) 52.223-5 (Pollution Prevention and Right-to-Know Information 52.223-19 (Environmental Management System) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract 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 until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.232-33 (Payment by Electronic Funds Transfer-Central Contractor Registration) 52.245-1 (Government Property) 52.252-2 (Clauses Incorporated by Reference) The full text of each clause may be viewed at http://farsite.hill.af.mil or http://www.acquisition.gov/far/ 252.201-7000 (Contracting Officer's Representative) 252.203-7000 (Requirements Relating to Compensation of Former DOD Officials 252.204-7000 (Disclosure of Information) 252.204-7003 Control of Govt Personnel Work Product 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) 252.237-7010 (Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 (Pricing of Contract Modifications) 252.245-7002 (Reporting Loss of Government Property 252.245-7001 (Tagging, Labeling, and Marking of Government-Furnished Property) 252.245-7003 (Contractor Property Management System Administration) 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) 5152.233-4000AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) 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 can also protest to Headquarters (HQ), Army Materiel Command (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 Government Accountability Office (GAO) 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 HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of Clause) Questions concerning this solicitation shall be addressed to Tammie L. Adair, Contract Specialist, and e-mailed to tammie.l.adair.civ@mail.mil or tammie.adair@us.army.mil. All questions or inquires must be submitted in writing no later than 9:00am Mountain Time on 25 September 2012. 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 12:00 noon. Mountain Time on 26 September 2012. Late offers may not be accepted. Quotes may be e-mailed to tammie.l.adair.civ@mail.mil or 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. ATTACHMENTS Attachment 1: Performance Work Statement Attachment 2: Performance Requirements Summary
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b79d9923ec101b8023ce3455a758631)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02892254-W 20120922/120921002127-8b79d9923ec101b8023ce3455a758631 (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.