SOLICITATION NOTICE
R -- Contract for Imam: Muhammad A. Kolila 4657 South Lowell Blvd. Unit F Denver, CO 80236 720-656-8722
- Notice Date
- 9/6/2023 1:44:19 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25923Q0901
- Response Due
- 9/11/2023 11:00:00 AM
- Archive Date
- 11/10/2023
- Point of Contact
- JD Cooley, Contracting Specialist, Phone: 303-712-5720
- E-Mail Address
-
john.anderson-cooley@va.gov
(john.anderson-cooley@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 2 Request for Quote (RFQ) #: 36C25923Q0901 Imam for Muslim Friday Religious Services and Other Services/Activities This is a combined synopsis/solicitation for commercial items 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 Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to john.anderson-cooley@va.gov no later than 12:00pm MT, September 11th, 2023. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0901. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 effective December 1, 2022. The North American Industrial Classification System (NAICS) code for this procurement is 813110 with a small business size standard of $13Million in revenue. This solicitation is a 100% set-aside for a small business. List of Line Items* -- The resultant contract is expected to be a multi-year contract, with a base year and four each option periods (or option years). Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Description: Imam for on-call and Friday services and other services/activities per the Statement of Work. Base Year 1 YR $ $ 1001 Description: Imam for on-call and Friday services and other services/activities per the Statement of Work. Option Year 1 1 YR $ $ 2001 Description: Imam for on-call and Friday services and other services/activities per the Statement of Work. Option Year 2 1 YR $ $ 3001 Description: Imam for on-call and Friday services and other services/activities per the Statement of Work. Option Year 3 1 YR $ $ 4001 Description: Imam for on-call and Friday services and other services/activities per the Statement of Work. Option Year 4 1 YR $ $ Grand Total Description of Requirements for the services to be acquired (Statement of Work); see Attachment 1 Imam may lead Islamic worship services and prayer and provide spiritual counseling and support for Muslim Veterans and their families. The Imam offers Islamic-specific religious resources to meet such expressed needs in accordance with VA Chaplain Service policy. Muslim Imam is expected to coordinate weekly Friday Jumu ah Prayer for Muslim Veterans and their families (via in-person, audio or video) and serve on a fill-in basis for the Rocky Mountain Regional VA Medical Center (RMR VAMC). The Imam (religious services contractor) may also be asked to perform as the principal or educational speaker at one RMR VAMC Chaplain Service-sponsored events, such as a seminar, workshop, or lecture to bolster awareness regarding Islam or current Islamic thought. Contractors shall provide Call-Back Islamic Services for Muslim Veterans needing Muslim-specific religious rituals or training after regular duty hours or when the VA Chaplain is unavailable or cannot offer Islamic-specific rites or practices. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Rocky Mountain Regional VA Medical Center 1700 N. Wheeling Street Aurora, CO 80045 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Past Performance; and (II) Price **Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-2) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1 Past Performance Factor 2-- Price Offerors are encouraged to provide their best offers with the past performance information requested for evaluation. The Government, based on the offered material presented, will award to the offeror that best demonstrates to be most advantageous for the Government. Factor 1 - Past Performance: Offerors shall provide past performance information on requirement of similar type, scope, size and complexity. If a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is available, it shall be submitted with the quote. The Government may also evaluate recent and relevant past performance, based upon sources available to the contracting officer that may include CPARS and Federal Awardee Performance and Integrity Information System (FAPIIS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Basis of Evaluation: Past Performance will be evaluated in accordance with FAR 13.106-2 and award will be made to the offeror presenting the best value to the Government. Evaluation factors from FAR 52.212-2. 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.214-21 Descriptive Literature (APR 2002) The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to john.anderson-cooley@va.gov by 12:00PM MT, September 11th, 2023. Name and email of the individual to contact for information regarding the solicitation: J.D. Cooley john.anderson-cooley@va.gov See attached document: P09_SOW_Muslim_Imam.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/56f501bb0d194ba3bee1f41fbd96233d/view)
- Place of Performance
- Address: Rocky Mountain Regional VA Medical Center 1700 N. Wheeling Street, Aurora 80045, USA
- Zip Code: 80045
- Country: USA
- Zip Code: 80045
- Record
- SN06820048-F 20230908/230906230104 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |