Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
SOLICITATION NOTICE

G -- Protestant Musician Services - PWS

Notice Date
9/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Leonard Wood, 8112 Nebraska Avenue, Fort Leonard Wood, Missouri, 65473, United States
 
ZIP Code
65473
 
Solicitation Number
W911S7-18-Q-0043
 
Point of Contact
Rushell Bonita Quinn,
 
E-Mail Address
rushell.b.quinn.civ@mail.mil
(rushell.b.quinn.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination PWS Combined Synopsis/Solicitation This is a combined synopsis/solicitation for services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required service and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100, Effective 22 August 2018. This is a Total Small Business Set-Aside under NAICS 813110 with a small business size standard of $7.5 Million employees. Ft. Leonard Wood, MO. requires the following service: One (1) Chaplain Combined Protestant Worship Services Musician. The government's intent is to award this contract with one(1) base year and four(4) Option Years. Description: The Chaplain Combined Protestant Worship Services Musician provides appropriate musical support during the designated worship services in support of the Liturgical, Traditional Permanent Party, ITRO Contemporary and the three brigade worship services 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. Type of Contract: The government anticipates a single award Firm-Fixed-Price Contract. The following FAR and DFARS provisions and clauses are incorporated into this solicitation: FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems, in solicitations and contracts; FAR 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures; FAR 52.209-7 Information Regarding Responsibility Matters; FAR 52.209-12 Certification Regarding Tax Matters; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52-212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alt 1 (offerors must be current in SAM.gov); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) (NOV 2017); (K) xx (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627); FAR 52.216-19 Order Limitations; FAR 52.216-21 Requirements; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment; FAR 52-222-55 Minimum Wages under Executive Order 13658; FAR 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan; FAR 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States; FAR 52.232-36 Payment by Third Party; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.246-7000 Material Inspection and Receiving Report; FAR 52.217-9 -- Option to Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 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 5 years. (End of Clause) DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (APR 2014) (a) Contract line item(s) will be used at time of award and are incrementally funded. For this/these item(s), the sum of _________ of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause. (b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s). (c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government." (d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly. (e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes." (f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause. (h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government." (i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342. (j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: On execution of contract CLINS POP Base Year 0001 - 0011 1 Sep 2018 - 31 Aug 2019 Option Year 1 0012 - 0023 1 Sep 2019 - 31 Aug 2020 Option Year 2 0024 - 0034 1 Sep 2020 - 31 Aug 2021 Option Year 3 0035 - 0045 1 Sep 2021 - 31 Aug 2022 Option Year 4 0046 - 0055 1 Sep 2022 - 31 Aug 2023 (End of clause) 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) To be considered for award, all offerors must have a current SAM.gov registration and accept the Government Purchase Card as the method of payment. Quotes may be submitted via e-mail to rushell.b.quinn.civ@mail.mil. All quotes shall reference Combined Solicitation/Synopsis Chaplain Youth Ministry Coordinator in the subject line and be in a format compatible with Microsoft Office or pdf files. Written quotes may be delivered in writing via USPS to: MICC-DOC Ft. Leonard Wood, ATTN: Bonita Quinn; 8112 Nebraska Avenue, Building 11400, Ft. Leonard Wood MO 65473-5000. All quotes shall be submitted to the government no later than 2:00pm CDT on 26 September 2018. The point of contact for this solicitation is Bonita Quinn, Contract Specialist; via e-mail at rushell.b.quinn.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d83bf7fa6dfba59625d78a67278ce8b0)
 
Place of Performance
Address: Ft. Leonard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN05085223-W 20180914/180912230854-d83bf7fa6dfba59625d78a67278ce8b0 (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.