Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2014 FBO #4599
SOLICITATION NOTICE

R -- Gospel Service Musician and Worship Leader

Notice Date
6/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-14-R-0014
 
Response Due
7/11/2014
 
Archive Date
8/25/2014
 
Point of Contact
Dominique Howard, 573-596-7692
 
E-Mail Address
MICC - Fort Leonard Wood
(dominique.c.howard.civ@mail.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. The solicitation number is W911S7-14-R-0014 ; this solicitation is a request for quotations. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75 effective June 24, 2014; DFARS DPN 20140624 effective 24 June 2014. This acquisition is a Total Small Business Set-Aside; The North American Industry Classification System (NAICS) code is 711130 The business size standard is $7,000,000.00. The Federal Supply Class (FSC) is G002. The Service Contract Act is not applicable to this action however the Department of Labor has determined that all employees shall be paid no less than federal minimum wage. Fort Leonard Wood has a requirement for a Gospel Worship Service Musician and Worship Leader. Type of Contract: The government anticipates a single award of a firm-fixed-price contract with a base and (2) one year options. Quotes shall be submitted in writing in Microsoft Word or PDF. Quotes shall be submitted prior to the closing date and time of 11 July 2014 at 12:00 PM, to the following point of contact: Dominique Howard, Contract Specialist, 5772 Iowa Ave, Ft. Leonard Wood, MO 65473-9135. Electronic quotes will not be accepted. Questions regarding this solicitation shall be submitted in writing via e-mail to the Contract Specialist at dominique.c.howard.civ@mail.mil no later than 07 July 2014 at 10:00am Central Standard Time. All /offers shall reference solicitation number W911S7-14-R-0014 in the subject line. Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and two (2) 12-month option years. The estimated Period of Performance shall be: Base Year: 21 July 2014 - 20 July 2015; Option Year 1: 21 July 2015 - 20 July 2016; Option Year 2: 21 July 2016 - 20 July 2017. 1. General. The Musician provides appropriate musical support during the designated worship service in support of the Gospel Worship Service conducted by the Ft. Leonard Wood Installation Chaplain's Office. The mission of the Chaplain's program is to provide for Essential Elements of Religion, to include worship services for all assigned Soldiers, civilians, and family members and requires professional quality music to enhance and assist the congregation in worship. 2. The Contractor shall perform the following tasks to effectively provide the required music services. 2.1 Contractor shall contact the designated Chaplain no later than Tuesday to receive the musical selections for the following Sunday service. The government will provide the musical selections no later than the close of business the following Wednesday Standard: Contractor contacts the designated Chaplain no later than close of business each Tuesday 100% of the time. 2.2 The contractor shall play the selected music for the designated worship service. Contractor shall coordinate with the designated Chaplain prior to the service to determine the opening hours for the chapel and ensure that the contractor is prepared and ready to play when the service starts. Music for this service is predominantly Gospel. 2.2.1 The contractor shall demonstrate the ability to meet the Army Band Standard found in FM 12-44 by possessing the proper techniques to play a selection cleanly; maintain tempo during runs or technical passages; quickly correct mistakes when stumbling on a passage, and play scales and arpeggios rapidly. 2.2.2 The Contractor shall demonstrate the ability to meet the Army Band Standard found in FM 12-44 by possessing the ability to sight read music by demonstrating easy transitions, observing dynamics and expression markings while reading, and playing unfamiliar music with reasonable assurance Standard: contractor is present and ready to play the musical selection no later than the start of the service 100% of the time. The contractor shall perform the music in accordance with the Army Band Standard 100% of the time. 2.3 In the event that the prime contractor cannot perform the music selection for the designated service the contractor shall ensure that a properly qualified piano player is present at the start of the service to play the music selection. Standard: piano player performs at every service 100% of the time. 2.4. Services: Service Information 2.4.1 The Contractor shall participate in rehearsals one hour per week in order to coordinate and synchronize with the music ministry team. The day and time will be determined by the presiding Gospel Service Chaplain. 2.4.2 Time and Location: Services are held each Sunday from 1000 until 1200 hours at the Ft. Leonard Wood Central Iowa Chapel. 2.4.3 Contractor personnel shall adhere to the following dress: business casual (slacks, button shirt, closed shoes) for men and business casual (shoulders covered and dress/skirt no higher than mid-thigh) for women. Standard: contractor shall be on time and at the correct location for the service 100% of the time. Contractor personnel shall present a professional appearance and ensure that attire is appropriate for religious worship services and meet the restrictions in 2.4.2 100% of the time. 2.5 Contractor Manpower Reporting: contractor shall comply with the Army's Contractor Manpower Reporting requirement. Registration and reporting information is available at https://cmra.army.mil. Standard: Contractor shall comply with all instructions and requirements for Contractor Manpower Reporting in accordance with the Contractor Manpower Reporting system. A. Quote Submittal and Inquiries. 1. Quotes shall be submitted prior to the closing date and time identified on this document, to the following point of contact: Dominique Howard, Contract Specialist, 5772 Iowa Ave, Ft. Leonard Wood, MO 65473-9135. 2. The point of contact responsible for supplying additional information and answering all inquiries is the Contracting Officer via the Contract Specialist. Questions regarding this solicitation shall be submitted in writing via e-mail to the Contract Specialist at dominique.c.howard.civ@mail.mil no later than 07 July 2014 at 10:00am Central Standard Time. B. General Instructions 1. The selection of a source for award purposes will be conducted utilizing source selection (negotiated) procedures as delineated in FAR Part 15.3. Offers will be evaluated using the criteria under Section M, quote mark Evaluation Factors for Award. quote mark Noncompliance with the Request for Proposal (RFP) requirements may hamper the Government's ability to properly evaluate the proposal and may result in elimination of the proposal from further consideration for contract award. 2. The Offer. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFQ, concurrence with the Performance Work Statement, and contract type. 3. It is the Government's intention to award without discussions. Offerors are encouraged to present their best technical quote and prices in their initial quote submission. However, in accordance with (IAW) FAR Part 15.306, should discussions become necessary, the Government reserves the right to hold them. If this occurs, a competitive range will be determined and offerors notified. The competitive range may be limited for purposes of efficiency IAW FAR Part 15.306 (c)(2). 4. Instructions outlined in paragraph C below, prescribe the format for the quote and describe the approach for the development and presentation of quotation data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of Quotes. 5. If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the offeror shall immediately notify the KO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussion. 6. In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful Quotes. Unless the offeror requests otherwise, the Government will destroy extra copies of such unsuccessful Quotes. 7. All referenced documents for this solicitation are available on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizzopps.gov and Army Single Face to Industry (ASFI) at http://acquisition.army.mil/. Potential offerors are encouraged to subscribe for real-time e-mail notifications when information has been posted to the website for this solicitation. 8. According to the Department of Labor, no wage determination will be issued for the occupation quote mark musician, quote mark therefore, in accordance with Title 29 C.F.R. Part 4, Section 4.6(d), the Contractor shall pay no less than the Federal minimum wage. C. Quotation Preparation Instructions 1. Offeror's quotes shall consist of one hard copy and one electronic copy on compact disc. The electronic copy must be in either Microsoft Word or PDF format. 2. Quotation Content (a) Technical Proposal. A written technical proposal is not required. Oral presentations will be used to determine technical capability. The oral presentation shall consist of playing, on the piano, the song specified below. Performance will be evaluated using the Technical Evaluation Criteria. The oral presentations are scheduled for Monday 14 July 2014 at 1:00 pm Central Daylight Time. All offerors submitting Quotes shall meet at the Ft. Leonard Wood Contracting Office, 5772 Iowa Ave, and we will proceed from there. Please provide the names of all individuals who will be representing your firm at the oral presentation to Dominique Howard, Contract Specialist, dominique.c.howard.civ@mail.mil no later than July 11, 2014. Song: quote mark 10,000 Reasons (Bless the Lord) quote mark Matt Redman - Sing Like Never Before: The Essential Collection ISBN: 9781480329881 Any contract awarded as a result of this solicitation will be non-personal services in nature. The employee performing for the Offeror at the oral presentation does not necessarily have to be the employee who will perform all or any portion of the services should a contract actually be awarded. However, the Offeror must affirm that the quality of the performance provided at the oral presentation is indicative of the capabilities of its musicians and that the actual personnel providing contract services will possess musical capabilities which meet or exceed the capabilities of the individual performing for the oral presentation. (b) Past Performance - Past Performance information will be used to determine Contractor responsibility in accordance with FAR 9.103. Past Performance Questionnaire - See Attachment 2 It is requested that a minimum of three past performance questionnaires be submitted for evaluation. The offeror shall forward a copy of the Past Performance Questionnaire to past or present customers. The performance evaluated on the past performance questionnaire must be recent, no more than three years old, and relevant to the work required under this solicitation. The questionnaires shall be returned directly from the past or present customer to the Contract Specialist, Dominique Howard at dominique.c.howard.civ@mail.mil no later than July 11, 2014. Any questionnaires not returned directly from the past or present customer to the Contract Specialist will not be reviewed. In conducting the Past Performance review, the Government reserves the right to use both the information provided in the Past Performance Questionnaires and information obtained from other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems, Defense Contract Management Agency (DCMA) and commercial sources. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, quote mark unknown quote mark shall be considered quote mark acceptable. quote mark (c) Price - The offeror shall offer quotes for the base and (2) option years as according to the solicitation. Quotes/offers shall be submitted so as to arrive in government possession no later than 12:00pm Central Daylight Saving Time on 11 July 2014. The following FAR and DFARS provisions and clauses are incorporated into this solicitation and any resulting contract: CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A MAR 2014 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X___(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ____ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (13) [Reserved] __X__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (July 2013) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (July 2013) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (Jul 2010) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ____ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ____ (ii) Alternate I (June 2003) of 52.219-23. ____ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (July 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (23) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ____ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). ____ (25) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). __X__ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __X__ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). __X__ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __X__ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ____ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). ____ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ____ (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ____ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ____ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ____ (ii) Alternate I (Dec 2007) of 52.223-16. __X__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). ____(42)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (ii) Alternate I (MAR 2012) of 52.225-3. (iii) Alternate II (MAR 2012) of 52.225-3. (iv) Alternate III (NOV 2012) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ____ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ____ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (July 2013) (31 U.S.C. 3332). ____ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) __X___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _____ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). _____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). _____ (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). _____ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). _____ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) a. Basis for Contract Award (1) This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). Award will be made to a single offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose proposal conforms to the solicitation requirements, and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specified in this solicitation, represents the Lowest Priced Technically Acceptable offer. (2) Trade-offs between cost/price and non-cost/price factors are not permitted. Unreasonably high/unrealistically low, unbalanced, inaccurate or incomplete price quotes, may be the grounds for eliminating a proposal from competition. The Government will evaluate proposed prices for reasonableness using price analysis techniques. Proposed prices evaluated as unreasonable may be grounds for eliminating a proposal from competition. b. Award for All of the Work. The Government intends to award one contract as a result of this solicitation. Offers received for less than the stated number of items listed in the Bid Schedule will be considered ineligible for award. As set forth in FAR 52.215-1 (f)(4), the Government intends to evaluate quotes and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a), Clarifications and award without discussions). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In the event that discussions are held, a competitive range determination will be made. If the Contracting Officer determines that the number of quotes that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of quotes in the competitive range to the greatest number that will permit an efficient competition among the most highly rated quotes. c. Evaluation Criteria (1) Evaluation criteria consist of factors. The quotes will be evaluated under three evaluation factors: Factor 1: Technical Factor (Oral Presentation) Subfactor 1: Rhythm Subfactor 2: Technique Subfactor 3: Harmonic Accuracy Subfactor 4: Style Subfactor 5: Expression Subfactor 6: Music Preparation Factor 2: Past Performance Factor 3: Price Award will be made on the basis of the lowest evaluated price of quotes meeting the acceptability standards for non-cost factors. (2) Factor 1 - Technical Factor. The Technical Factor evaluation provides an assessment of the offeror's capability to satisfy the Government's minimum requirements. A written technical proposal is not required. Oral presentations will be used to determine technical capability. The Oral presentation shall consist of playing, on the piano, the song specified below. Performance will be evaluated using the Technical Evaluation Criteria in the table below. The oral presentations are scheduled for Monday 14 July 2014 at 12:00 noon Central Daylight Time. All offerors submitting quotes shall meet at the Ft. Leonard Wood Contracting Office, 5772 Iowa Ave, and we will proceed from there. Please provide the names of all individuals who will be representing your firm at the oral presentation to Dominique Howard, Contract Specialist, dominique.c.howard.civ@mail.mil no later than July 11, 2014. Song: quote mark 10,000 Reasons (Bless the Lord) quote mark Matt Redman - Sing Like Never Before: The Essential Collection ISBN: 9781480329881 Any contract awarded as a result of this solicitation will be non-personal services in nature. The employee performing for the Offeror at the oral presentation does not necessarily have to be the employee who will perform all or any portion of the services should a contract actually be awarded. However, the Offeror must affirm that the quality of the performance provided at the oral presentation is indicative of the capabilities of its musicians and that the actual personnel providing contract services will possess musical capabilities which meet or exceed the capabilities of the individual performing for the oral presentation. Technical Evaluation Criteria SubfactorsMinimum Acceptable Requirements RhythmVirtually no rhythmic errors; groove is confident. TechniqueAppears to perform without significant effort; able to execute demanding passages with ease. Harmonic AccuracyAn occasional isolated error, but pitches and voicings are accurate and secure. StyleUnderstands subtle stylistic differences; comfortable with non-keyboard timbres in performance. ExpressionTypically performs with nuance and expression. Music PreparationPerforms selection with minimal preparation. Each technical subfactor will receive one of the adjectival ratings defined below. The technical evaluation criteria outlines the minimum acceptable requirements, therefore, a rating of quote mark unacceptable quote mark on any subfactor will result in an overall technical factor rating of quote mark unacceptable. quote mark Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableOral presentation clearly meets the minimum requirements of the solicitation. UnacceptableOral presentation does not clearly meet the minimum requirements of the solicitation. (3) Factor 2 - Past Performance. The Past Performance evaluation will assess the offeror's probability of meeting the solicitation's requirements as indicated by that offeror's record of past performance. Past Performance is assessed at the factor level after evaluating aspects of the offeror's recent past performance and focusing on performance that is relevant to the services being procured under this solicitation. Offerors are cautioned that in conducting the performance risk assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems and State Department Watch Lists. Past performance areas of evaluation include: - Quality of Service - Schedule Compliance - Customer Satisfaction (a) Each offeror will receive a performance confidence assessment rating based on the Offeror's recent past performance, focusing on performance that is relevant to the Contract requirements. (b) Recency Assessment. An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (c) Relevancy Assessment. To be relevant, the effort must be similar in nature of work, size, and complexity. The Government will conduct an in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature of work, size, and complexity to the services/products being procured under this solicitation. Recent past performance is defined as not more than three years from the RFP release date; relevant in terms of similar nature of work, size and complexity. A relevancy determination of the offeror's (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. In establishing what is relevant for the acquisition, consideration should be given to what aspects of an offeror's contract history would give the most confidence that the offeror will satisfy the current procurement. The past performance information provided in the proposal and obtained from other sources will be used to establish the relevancy of past performance. (d) The Past Performance Evaluation Team will review this past performance information and determine the quality and usefulness as it applies to performance confidence assessment. (e) Assigning Ratings. The Past Performance Factor will be assigned one of the ratings defined below. Past Performance Evaluation Ratings RatingDescription AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (f) Offerors without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, quote mark unknown quote mark shall be considered quote mark acceptable. quote mark (4) Factor 3 - Price. Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete and balanced. 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). As part of price evaluation, the government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, and 1/2 of the 2nd option. Offerors are not required to enter a price for the six-month period. Unbalanced Pricing may be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices Definitions. Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. Completeness/Accuracy. The offeror's proposal is in compliance with the Price Volume instructions in the solicitation. quote mark (End of provision) 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 days prior to end of contract. (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 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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. (End of clause) 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 HTTP://WWW.ACQ.OSD.MIL/DPAP/DARS/INDEX.HTM HTTP://ACQUISITION.GOV/COMP/FAR/INDEX.HTML (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR - https://www.acquisition.gov/far/ DFARS - http://farsite.hill.af.mil/VFDFARA.HTM (End of clause) Invoicing and payment shall be made using the Department of Defense Wide Area Work Flow (WAWF) system. Questions regarding this solicitation shall be submitted in writing via e-mail to the Contract Specialist at dominique.c.howard.civ@mail.mil no later than 07 July 2014 at 10:00am Central Standard Time. No phone calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c74e590ba1aa9943f3971935737f101c)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN03407086-W 20140628/140626234654-c74e590ba1aa9943f3971935737f101c (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.