SOURCES SOUGHT
G -- Organist, Protestant Service
- Notice Date
- 1/31/2019
- Notice Type
- Synopsis
- NAICS
- 711130
— Musical Groups and Artists
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);3001 Green Bay Road;Building 1, Room 326;North Chicago, IL 60064-3048
- ZIP Code
- 60064
- Solicitation Number
- 36C25219Q0228
- Response Due
- 2/14/2019
- Archive Date
- 4/15/2019
- Point of Contact
- Naqikah.Greenfield@va.gov
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS The Department of Veterans Affairs is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest and the resources to provide an experienced Organist who can play diverse Protestant Hymns during Protestant Services at the Captain James A. Lovell Federal Health Care Center (FHCC) located in North Chicago, IL 60064. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 711130 Musical Groups and Artists with a Size Standard of $11 million in revenue. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Requirements: The contractor shall provide all management, transportation and qualified personnel necessary to furnish religious music, using either piano or organ, during Protestant services on all Sundays and when requested on special holidays. The Organist shall furnish music at patient worship services in a Protestant service setting to the Veterans and their families. The period of performance shall be for one (1) Base Year of approximately 12 months and four (4) 12-month option years. Capabilities Statement: Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feel is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Tailored capability statements addressing the particulars of this effort and documentation supporting claims of the company and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. - Include a statement indicating whether you intend to submit a quote/proposal in response to a future solicitation for these services. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 12:00 PM CST on Thursday, February 14, 2019. All responses under this Sources Sought Notice must be emailed to Naqikah Greenfield, Contracting Officer at naqikah.greenfield@va.gov. STATEMENT OF WORK ORGANIST FOR PROTESTANT SERVICE BACKGROUND The contractor shall provide an experienced Organist who can play diverse Protestant Hymns during Protestant Services. The Organist shall furnish music during patient worship services in a Protestant service setting to the Veterans and their families located at the Captain James A. Lovell, Federal Health Care Center (FHCC), 3001 North Green Bay Road, North Chicago, IL 60064. SCOPE OF SERVICE The contractor shall provide religious music, using either piano or organ, during Protestant services on all Sundays and when requested on special holidays. The contractor shall provide this service for Veterans and their families attending Protestant worship services. Contractor shall arrive fifteen minutes prior to the service in order to coordinate with the Chaplain s final details around the service. When unable to cover a given Sunday, the contractor shall provide a suitable replacement. The Chaplain will select appropriate music beforehand and the contractor will come prepared to play it. The contractor must dress in appropriate service attire. The contractor must be able to arrive within two hours of being called for a special occasion. This service is a contractual arrangement and not a personnel appointment. QUALIFICATIONS Respondent must provide an experienced Organist who can play diverse Protestant Hymns during Protestant Services. Respondent must have the ability to read sheet music. Respondent must be able to work well with Chaplain Services. Respondent must have a minimum of 360 hours of music experience in a traditional church setting. Additional Requirements: All offerors must provide the following with their quote List two personal references. All information provided will be reviewed by FHCC staff. Offerors may be required to submit additional documents for review and/or be interviewed by FHCC staff. WORK SCHEDULE The work schedule hours of service are not to exceed 6 sessions per month. A session is defined as (1) one hour in duration. The specific work schedule will be determined by the Chaplain and contractor. Due to the nature of the setting, delays in performance of work may be experienced. Such delays may include but are not limited to inclement weather, electrical or mechanical problems, or other unforeseen matters. When contract employees report to the facility but are unable to perform services due to such delays, the contractor will be paid for one (1) session. Normally, any remaining sessions for that day will be suspended and the contractor will be free to leave and the contractor will not be paid for remaining unperformed sessions. However, if the facility requests that the contractor remain at the facility for eventual performance, the contractor shall be paid for such sessions. EQUIPMENT AND SUPPLIES All equipment and supplies are provided by the FHCC, Pastoral Services Division. The piano or organ will be available on site. The Government will not be responsible for any personal equipment brought onto the facility. NONPERSONAL SERVICES/POSITION The award of this contract will result in a contractual arrangement and will not be considered a personnel appointment with the Department of Veterans Affairs. The services will not constitute an employer/employee relationship. Payments to the contractor will be based on the provisions of an end product or the accomplishment of a specific result or service. The contractor will not be subject to Government supervision, except for security related matters. However, contractor performance shall be monitored for quality assurance by the FHCC Division Officer Pastoral Services Chaplain. INVOICE The contractor will sign the provided log or sign-in sheet as documentation for sessions worked and for security purposes. Monthly, the Division Officer, Pastoral Services Chaplain shall prepare all necessary documents which accurately reflect days worked number of sessions and the total amount due for the previous month s services. The offeror will submit invoices in accordance with invoicing procedures listed above. FACILITY SECURITY The contractor agrees to adhere to all regulations prescribed by the facility. All contract personnel providing services within the confines of the FHCC shall have a complete background investigation conducted in accordance with security requirements. ENGLISH LANUAGE REQUIREMENT All contractor personnel performing services under this contractual agreement shall have the ability to read, understand, fluently speak, and legibly write the English language. PAYMENT TERMS Contractor must provide a means for electronic payment to include bank routing and account number. Half sessions will not be authorized for payment. In order to ensure proper preparation of their monthly payment voucher, all hours worked must be documented by the contractor, showing the hours worked during each visit. Documentation will be provided on a form with each entry being signed by the Contractor. CONTRACT PRICING The contract rates for these services shall be on a per session basis. Session lengths are defined as one (1) hour in duration. The contract rates shall include all charges for providing music during Protestant Services. Services are required to be provided in accordance with the Statement of Work. PLACE OF PERFORMANCE Main Faith Chapel Building 4, Room 29 Located at: Department of Veterans Affairs Federal Health Care Center 3001 Green Bay Road North Chicago, Illinois 60064-3048 Or any temporary location determined by the Division Officer Pastoral Services Chaplain. PERIOD OF PERFORMANCE Base Year: May 1, 2019 April 30, 2020 Option Year 1: May 1, 2020 April 30, 2021 Option Year 2: May 1, 2021 April 30, 2022 Option Year 3: May 1, 2022 April 30, 2023 Option Year 4: May 1, 2023 April 30, 2024 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0228/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Captain James A. Lovell;Federal Health Care Center (FHCC0;North Chicago;IL
- Zip Code: 60064-3048
- Country: USA
- Zip Code: 60064-3048
- Record
- SN05208189-F 20190202/190131230020 (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 |