MODIFICATION
R -- CATHOLIC PARISH COORDINATOR
- Notice Date
- 6/10/2015
- Notice Type
- Modification/Amendment
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124815T0035
- Response Due
- 6/12/2015
- Archive Date
- 8/9/2015
- Point of Contact
- shirley.banks, 270-798-7857
- E-Mail Address
-
MICC - Fort Campbell
(shirley.banks@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. 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 proposals are being requested and a written solicitation will not be issued. Solicitation number W91248-15-T-0035 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 dated 10 April 2015. This is a 100% small business set aside requirement. The NAICS Code is 813110, Religious Organizations; the small business size standard is $7.5M. The complete Offer Schedule, Performance Work Statement, and any other associated documents can be downloaded at https://www.fbo.gov/ under subject solicitation number. This solicitation is a request for quote for non-personnel services to provide the Installation Chaplains Office with a Catholic Parish Coordinator. The contractor duties shall be to provide pastoral care to the Catholic community, and participate in the liturgical life of the Catholic Community, especially for worship. It is contemplated that the Period of Performance will be for one-year (one-12-month period) and is anticipated to begin on or about 20 June 2015-19 June 2016. The provision at 52.212-1 Instructions to Offerors-Commercial Items, is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services - Fixed Price. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.204-7004 Alt I System for Award Management; 52.252-2 Clauses Incorporated by Reference (Fill-in information - http://farsite.hill.af.mil); 252.201-7000 Contracting Officer's Representative; and 252.243-7001 Pricing of Contract Modifications. The following clauses are added: The clause at 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The clause at 252.232-7010, Levies on Contract Payments, The Clause at 252.243-7001, Pricing of Contract Modifications, (Dec 1991). The provision 52.252-1 Solicitation Provisions Incorporated by Reference is applicable. (Fill-in information -,http://farsite.hill.af.mil. The provision at 52.212-2 Evaluation- Commercial Items is applicable; the following factors shall be used to evaluate offers: Technical (seven years of experience working as a Catholic Parish Coordinator in a military community, and two years college education; ); 2) Price are the evaluation criteria in Paragraph The Government intends to make award to Lowest Priced Technically Acceptable (LPTA) offer. Successful offerors must be registered in SAM (System for Award Management). The SAM website is https://www.sam.gov/portal/public/SAM/. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS Provision 252.212-7000 Offeror Representations and Certifications- Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.209-10; Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities (Jun 2003); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2001); 52.222-41, Service Contract Act; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Dec 2001); DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional clauses cited within the clause are also applicable: 52.209-7 Information Regarding Responsibility Matter; 52.228-5 Insurance -- Work on a Government Installation; and 52.232-23 Assignment of Claims; 52.232-39; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests; 252.237-7010 Prohibition on Interrogation of Contract Clause 52.232-40 - Providing Accelerated Payment to Small Business Subcontractors also applies to this solicitation Detainees by Contractor Personnel, in solicitations and contracts for the provision of services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/53e4fb1f85f7935842893591e85ffc1d)
- Place of Performance
- Address: Fort Campbell, Kentucky
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN03760093-W 20150612/150610235658-53e4fb1f85f7935842893591e85ffc1d (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 |