Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOLICITATION NOTICE

G -- Catholic Music Director - Wage Determination - Performance Work Statement - Quote Sheet

Notice Date
9/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4A0024194A005-1
 
Archive Date
9/27/2014
 
Point of Contact
Matthew S. Lahr, Phone: 8502831260, Quinton M. Mitchell, Phone: 8502834135
 
E-Mail Address
matthew.lahr.1@us.af.mil, quinton.mitchell@us.af.mil
(matthew.lahr.1@us.af.mil, quinton.mitchell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please provide your quote on this Excel spreadsheet. Performance Work Statement for Catholic Music Director services. The applicable Wage Dermination for this requirement as determined by the Department of Labor. Combined Synopsis/Solicitation For Catholic Music Director Tyndall AFB, FL 32403 This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A0024194A005-1 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 711510. The business size standard is $7,500,000.00. The following solicitation is for Catholic Music Director services. The award resulting from this RFQ will be for a period of one year. Contract Line Item Numbers (CLINS): *Please submit pricing for each CLIN on the attached price sheet (Attachment 2) with your response. 0001: Catholic Music Director services in accordance with the attached performance work statement (PWS). The projected period of performance is 22 September 2014 - 21 September 2015. Performance requires approximately 25 hours per week, not to exceed 105 hours per month annually in accordance with the PWS. *Services will be performed at Tyndall AFB, FL 32403. Per FAR 52.212-2, 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: Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-7 - System for Award Management 52.204-13 - System for Award Management Maintenance. 52.209-6 - Protecting the Gov'ts Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 Alt 1-Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 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 52.222-41 - Service Contract Labor Standards 52.222-43 - Fair Labor Standards Act and Service Contract Act 52.222-50 - Combating Trafficking in Persons 52.222-99(Dev) - Establishing a Minimum Wage For Contractors 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-40 -Providing Accelerated Payments to Small Business Subcontractors 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses (Defense Federal Acquisition Regulation Supplement, 48 CFR, Chapter 2) 52.222-42 - Statement of Equivalent Rates for Federal Hires 2014 (FULL TEXT) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for information only. It is not a wage determination. Please see attached wage determination applicable to this solicitation. 01261 PERSONNEL ASSISTANT 1 WG-3 STEP 2 $13.44 (End of clause) Addendum to FAR 52.212-1 Offerors shall supply the following information with their quote: a.) Prices under CLINS 0001. b.) Tax Identification number. c.) Cage Code. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by calling the SAM Federal Service desk at 1-866-606-8220. d.) Technical Ability: Offeror's shall furnish a quote verifying the following technical requirements will be met: 1.) Meet all requirements of SOW, including: 2.) Retain the skills of a proficient instrumental musician. 3.) Have the ability to read music. Direct and instruct Catholic Children's Music. Play, direct, and instruct Catholic Choir members in the use of hand bells, be familiar with musical nomenclature, and have knowledge of music theory. 4.) Have experience as a Catholic Music Director/Coordinator. 5.) Have a working knowledge of the Roman Catholic Liturgy and exhibit competency with the various liturgical ministries as well as other rites and sacremental celebrations. 6.) Have the capability to select, recommend, and present instrumental and/or choral music relating to the liturgical season, rite, or sacrament being celebrated. The following Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: 252.203-7000 - Requirements relating to the compensation of former DoD Officials 252.203-7002 - Requirement to inform employees of Whistleblower Rights. 252.203-7005 - Rerepresentation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A- System for Award Management 252-209-7993 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations. 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies to this procurement: 5352.242-9000- Contractor Access to Air Force Installations 5352.223-9001 - Health and Safety on Government Installations 5352.201-9101 - ACC Ombudsman The quote provided in response to this RFQ must remain valid through 30 September 2014. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and available start date. Offers are due NO LATER THAN 12 September 2014, 13:30 CST. Please submit offers to matthew.lahr.1@us.af.mil. Contact A1C Matthew Lahr at 850-283-1260 for any questions. Anticipated award date is shortly after receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ebbf06bd3171636c03925e00e5c26bc7)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03502726-W 20140911/140910000414-ebbf06bd3171636c03925e00e5c26bc7 (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.