MODIFICATION
G -- Catholic Community Coordinator - Amendment 4
- Notice Date
- 8/29/2013
- Notice Type
- Modification/Amendment
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
- ZIP Code
- 80011-9572
- Solicitation Number
- FA2543-RFQ-Cath_Com_Coord
- Point of Contact
- Nicholas E. Brazzale, Phone: 7208479140, Patricia Toliver, Phone: 720-847-6803
- E-Mail Address
-
nicholas.brazzale@us.af.mil, patricia.toliver.1@us.af.mil
(nicholas.brazzale@us.af.mil, patricia.toliver.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 4 RFQ Amendment 4 Revised PWS THIS IS AMENDMENT FOUR (4) TO THE SOLICITATION FA2543-RFQ-CATH_COM_COORD. THE SUBMISSION DUE DATE HAS BEEN EXTENDED TO 18 SEPTEMBER 2013 AT 9:00AM MST. This requirement has been changed to specifically require the services of a Catholic Priest. This is a combined synopsis/solicitation for commercial services and/or supplies 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 FA2543-RFQ-Cath_Com_Coord and is hereby issued as a Request for Quote (RFQ) using FAR Part 13, Simplified Acquisition Procedures. All quotations are due on 18 September 2013 by 9:00am MST. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-69 Effective 01 August 2013, DFARS DPN 20130808 Effective 08 Aug 2013 and AFFARS AFAC 2013 Baseline Effective 27 Aug 2013. The North American Industry Classification System code (NAICS) is 813110, with a Small Business Size Standard of $7 Million. This requirement is being solicited as a 100% small business set-aside. A firm fixed price contract will be awarded. DESCRIPTION OF REQUIREMENT: Buckley Air Force Base has a requirement for a Catholic Priest in accordance with the attached performance work statement (PWS). The Priest shall plan, organize, and coordinate activities for the Catholic community with assistance from the Catholic Parish Advisory Council (CPAC). The contractor's areas of responsibility include presiding at all required Catholic liturgical, worship and religious rites/activities. The contractor is also responsible for the overall development, coordination and management of any other Catholic-related programs, budget and publicity approved by the 460th Space Wing Chaplain (460th SW/HC) and in accordance with the Buckley Chapel Ministry Plan. Contract line items are as follows (Based upon 520 hours per year, 10 hours per week): 0001 - Catholic Priest Services 1 Oct 2013 - 30 Sept 2014 Unit of Issue: Months Quantity: 12 Total Price __________ DELIVERY ADDRESS: The services are to be rendered at 460 SW/HC 16401 E A-Basin Ave, Stop 94 Buckley AFB, CO 80011-9509. PROVISIONS/CLAUSES: The following provisions and clauses apply to this solicitation. Clauses/Provisions incorporated by references (IBR) or listed by title only may be obtained via the internet at http://farsite.hill.af.mil: Provisions IBR: 52.212-1 Instruction to Offerors-Commercial Items (Jul 2013) Provisions Full Text: 52.212-1 Instruction to Offerors-Commercial Items-ADDENDUM OFFER PREPARATION INSTRUCTIONS: (a) To assure timely and equitable evaluation of the offer, the offeror must follow the instructions contained herein. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors must submit with their offers: 1) Technical proposal - Provide candidate qualifications specified in the Performance Work Statement (PWS) paragraph 1.5, to include resume with a minimum of two letters of recommendation/references. Complete the necessary fill-ins and certifications in provisions. Offeror must complete representations and certifications within the System for Award Management (SAM) at Additionally, the offeror will review the provision 252.209-7999 and return only paragraph (b). 2) Pricing Schedule - Provide a price for CLIN 0001. 3) Past Performance - Provide examples of past performance to include evidence of familiarity and experience working with military chapel programs as denoted in PWS paragraph 1.5.1. Independent Offerors - Provide a maximum of three of the most recent contracts, employment and/or volunteer efforts for the same or similar type of services performed within the last (3) years from the date of RFQ issuance. Furnish the following for each example: (i) Company/Organization (ii) Description of services rendered or job performed (iii) Period of performance (iv) Point of contact (v) Contract number (if applicable) (vi) Contact information (if applicable) (vii) Customer/Agency (viii) Customer/Agency contact information (ix) Comments regarding compliance with organization terms and conditions (x) Comments regarding any known performance deemed unacceptable to the customer and mitigating circumstances Corporate Offerors - Provide a maximum of three of the most recent contracts for same or similar services performed within the past three (3) years from the date of RFQ issuance. Furnish the following for each example: (i) Company/Division Name (ii) Description of services rendered (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Contact information (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer and mitigating circumstances Proposals must list the company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. In order to be eligible for award, the company must be registered in the System for Award Management (SAM). (End of Addendum) 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers under a "best value" method. These factors are not ranked in a specified order of importance. Technical - Any offeror wishing to be considered technically acceptable must meet the minimum qualifications outlined in paragraph 1.5 of the PWS dated 23 August 2013. Price Past Performance (b) Options. This requirement does not include options. (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. (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) 52.212-3 Offerors Representations and Certifications - Commercial Items Alternate 1; 52.252-1 Solicitation Provisions Incorporated by Reference Clauses IBR: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representations; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim Clauses Full Text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.252-2 Clauses Incorporated by Reference; 252.232-7003, Electronic Submission of Payment Requests; 5352.223-9001 Health and Safety on Government Installations; 5352.242- 9000 Contractor Access to AF Installations; 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel. 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. (End of Clause) 5352.201-9101 Ombudsman (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AFSPC ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Wide Area Work Flow (WAWF) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Using the WAWF System Please access https://wawf.eb.mil/xhtml/unauth/web/homepage/VendorGetting StartedHelp.xhtml for a detailed, "WAWF Vendor Getting Started Guide." This publication provides in-depth instructions for utilizing the WAWF system to submit electronic payments. 2. Follow-up (if necessary). If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988 COMMERCIAL 801-605-7095 DSN 388-7095 FAX Commercial: 801-605-7453 DSN 388-7453 Email: CSCASSIG@CSD.DISA.MIL Note: Reference "WAWF" in email Subject line. The following codes will be required to route your invoices through WAWF. CONTRACT NUMBER: FA2543- TYPE OF DOCUMENT: 2-in-1 Invoice CAGE CODE: ADMIN DODAAC: FA2543 ISSUE DODAAC: FA2543 SERVICE ACCEPTER: PAY OFFICE DODAAC: F03000 E-Mail Notifications Contract Administrator: Customer: Submit offers to the attention of Nick Brazzale, 460 CONF/LGCB, via fax (720) 847-6443, or preferably by email to nicholas.brazzale@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-RFQ-Cath_Com_Coord/listing.html)
- Place of Performance
- Address: Buckley Air Force Base, Aurora, Colorado, 80011, United States
- Zip Code: 80011
- Zip Code: 80011
- Record
- SN03168244-W 20130831/130830000043-9a2f7d2834079e753312bab4bbd71828 (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 |