SOLICITATION NOTICE
G -- Roman Catholic Priest - Statement of Work
- Notice Date
- 9/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center San Diego, Regional Contracts Dept (Code 200), 3985 CUMMINGS ROAD, BUILDING 116 - 3RD FLOOR, San Diego, California, 92136-4200, United States
- ZIP Code
- 92136-4200
- Solicitation Number
- N00244-13-T-0237
- Archive Date
- 10/5/2013
- Point of Contact
- Deborah K. Reid, Phone: 5626267865
- E-Mail Address
-
deborah.reid@navy.mil
(deborah.reid@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for Roman Catholic Priest, NAWS China Lake This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-13-T-0237. This solicitation documents and incorporates provisions and clauses in effect through, FAC 2005-69 and DFARS DPN20130808. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 813110 - Religious Organizations and the Small Business Standard is $7M. This is small business set-aside concern. NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing the following: Roman Catholic Priest - In good standing with the Roman Catholic Church, must have a letter of release from the Archdiocese for the US Military ITEM 0001 Roman Catholic Priest - See Attached Statement of Work for Requirements Quantity: 12 months (Base Year) ITEM 0002 Roman Catholic Priest - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 1) ITEM 0003 Roman Catholic Priest - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 2) ITEM 0004 Roman Catholic Priest - See Attached Statement of Work for Requirements Quantity: 12 months (Option Year 3) PERIOD OF PERFORMANCE Base Year: 01 October 2013 to 30 September 2014 Option Year 1: 01 October 2014 to 30 September 2015 Option Year 2: 01 October 2015 to 30 September 2016 Option Year 3: 01 October 2017 to 30 September 2018 Service to be performed in the Chaplain's Office and Chapel at NAWS China Lake, CA The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-28, Post-Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. 52.245-1 ALT 1, Government Property; 52.245-9, Use and Charges. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.223-7008,Prohibition of Hexavalent Chromium; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. 52.217-5 -- Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8, Option to Extend Services 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 days. 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 36 months. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following FAR 52.212-2, Evaluation: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation provides the lowest overall price and other factors considered. Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. To be considered, quotes must be received by 1:00 PM PST on 20 September 2013. Quotes can be sent to the Contract Specialist, Deborah Reid via email deborah.reid@navy.mil or fax 562-626-7275 All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor's CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. Systems for Award Management (SAM) formally known as Central Contractor Registration (CCR). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-13-T-0237/listing.html)
- Place of Performance
- Address: Chapel at Naval Air Weapons Station, China Lake, California, 93555-6100, United States
- Zip Code: 93555-6100
- Zip Code: 93555-6100
- Record
- SN03179995-W 20130911/130909235401-eec56c39c2c4a0deea9fa9302775da22 (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 |