Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2017 FBO #5750
SOLICITATION NOTICE

G -- ROMAN CATHOLIC PRIEST

Notice Date
8/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N8344718RC002
 
Response Due
8/19/2017
 
Archive Date
9/3/2017
 
Point of Contact
Carla Page 904542-1268 Carla Page 904-542-1268
 
E-Mail Address
ROMAN CATHOLIC PRIEST
(carla.page@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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/). DESCRIPTION The RFQ number is N8344718RC002XB this solicitation documents and incorporates provisions and clauses in effect through FAC 2005-91-1 and DFARS Change Notice 20161104. 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 and the Small Business Standard is $7.5 million. The proposed award is a 100% set aside for small business concerns; and/or Non-Profit Organization in accordance with DFARS 252.219-7999 Religious Related Services “ Notice of Set-Aside for Small Business Concerns or Nonprofit Organizations (DEVIATION 2016-O0007). VENDORS MUST SHOW PROOF OF ORDAINMENT. The NAVL SUPPLY SYSTEMS COMMAND (NAVSUP), FLEET LOGISTICS CENTER (FLC) JACKSONVILLE, FLORIDA requests response from qualified sources capable of providing: BASE PERIOD: Item No.Supplies/ServicesQuantityUnit of IssueUnit PriceTotal Price 0001 Roman Catholic Priest 12 months Months $ $ Roman Catholic Priest In support of the Command Religious Program (CRP) on Naval Air Station Fort Worth, in accordance with the Statement of Work (SOW). VENDORS MUST SHOW PROOF OF ORDAINMENT, MUST HAVE ARCHDIOCESE FOR THE MILITARY SERVICE (AMS), USA CERTIFICATION, AND BE WITHIN A 30 MILE RADIUS. Base Period: 01 October 2017 through 30 September 2018. OPTION YEAR I: Item No.Supplies/ServicesQuantityUnit of IssueUnit PriceTotal Price 1001 Roman Catholic Priest 12 months Months $ $ Roman Catholic Priest In support of the Command Religious Program (CRP) on Naval Air Station Fort Worth, in accordance with the Statement of Work (SOW). VENDORS MUST SHOW PROOF OF ORDAINMENT, MUST HAVE ARCHDIOCESE FOR THE MILITARY SERVICE (AMS), USA CERTIFICATION, AND BE WITHIN A 30 MILE RADIUS. Option Year 1: 01 October 2018 through 30 September 2019. OPTION YEAR II: Item No.Supplies/ServicesQuantityUnit of IssueUnit PriceTotal Price 1001 Roman Catholic Priest 12 months Months $ $ Roman Catholic Priest In support of the Command Religious Program (CRP) on Naval Air Station Fort Worth, in accordance with the Statement of Work (SOW). VENDORS MUST SHOW PROOF OF ORDAINMENT, MUST HAVE ARCHDIOCESE FOR THE MILITARY SERVICE (AMS), USA CERTIFICATION, AND BE WITHIN A 30 MILE RADIUS. Option Year II: 01 October 2019 through 30 September 2020. Roman Catholic Priest “ Tasked to support the Command Religious Program (CRP) on Naval Station Fort Worth in accordance with the Statement of Work. VENDORS MUST SHOW PROOF OF ORDAINMENT, MUST HAVE ARCHDIOCESE FOR THE MILITARY SERVICE (AMS), USA CERTIFICATION, AND BE WITHIN A 30 MILE RADIUS. Place of Performance Command Chapel on Naval Air Station Fort Worth. Period of Performance Base period: 01 October 2017 through 30 September 2018, Plus 2 Option Years. The following FAR/DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10 Reporting Executive Compensation 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Representations 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-51 Exemption from Application of the Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment ”Requirements (May 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer SAM 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business. 52.239-1 Privacy or Security Safeguards Quoters shall include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, as prescribed in DFARS 203.970 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2017-O0001) Nov 2016 252.204-7003 Control of Government Personnel Work Product, as prescribed in DFARS 204.404-70(b) 252.204-7004 alternate A, System for Award Management, as prescribed in DFARS 204.1105 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, as prescribed in DFARS 204.7304(a) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.213-7000 Notice to Prospective Suppliers on the Use of PPIRS-SR in Past Performance Evaluations JUN 2015 252.219-7999 Religious Related Services. 252.225-7048 Export-Controlled Items, as prescribed in DFARS 225.7901-4 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.239-7017 Notice of Supply Chain Risk 252.243-7001 pricing of Contract Modifications, as prescribed in DFARS 243.205-70 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea, as prescribed in DFARS 247.574(b) and (b) (1)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13b2b45e86e3a0851ae7004d2c1e0cd0)
 
Place of Performance
Address: The NAVL SUPPLY SYSTEMS COMMAND (NAVSUP), FLEET LOGISTICS CENTER (FLC) JACKSONVILLE, FLORIDA, Jacksonville, FL
Zip Code: 32212
 
Record
SN04637519-W 20170821/170819230131-13b2b45e86e3a0851ae7004d2c1e0cd0 (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.