COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19, 2001 PSA #2980
SOLICITATIONS
99 -- CHAPEL YOUTH PROGRAM MANAGER
- Notice Date
- November 15, 2001
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189-02-T-0073
- Response Due
- November 30, 2001
- Point of Contact
- Lyssa Matthews, Contract Specialist Intern, Phone 757-443-2684, Fax 757-443-2666, Email lyssa_r_matthews@nor.fisc.navy.mil -- Marlene Chambley, Supervisory Contract Specialist, Phone 757-443-1362, Fax 757-443-1424, Email marlene_k_chambley@nor.fisc.navy.mil
- 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; quotations are being requested and a written solicitation will not be issued. Quotations are hereby received under RFQ N00189-02-T-0073. All provisions and clauses incorporated in the solicitation are those in effect through FAC 01-01. FISC Acquisition Department Norfolk intends to Purchase on a full and open competitive, firm-fixed price basis for the following item/services: Chapel Youth Program Director for the Command Religious Youth Program, Keflavik Iceland. The contractor shall propose for one base year and two option years. Contract line items include: Line Item 1001 Chapel Youth Program Director in accordance with Statement of Work, period of performance, 06DEC01 -- 30SEP02. Line Item 2001 Chapel Youth Program Director in accordance with Statement of Work, period of performance, 01OCT02 -- 30SEP03. Line Item 3001 Chapel Youth Program Director in accordance with Statement of Work, period of performance, 01OCT03 -- 30SEP04. The Statement of Work in its entirety reads as follows: I. The contract needs of the Command Religious Program Youth Program are unique in that; 1. It is specifically geared to 7-12th grade students 2. It is a Christian religious program 3. It requires continuing supervision unique to a military community environment, remote location, and ecumenical nature of a military chapel. II. A. Qualifications: 1. Degree in Religious Education, Recreation, or Youth Services preferred or no less than three years documented experience teaching/working in a military/civilian religious youth program. 2. Local installation records check completed prior to working with teens. State and national background checks initiated within 30 days of employment. 3. Shall be able to successfully complete CPR and First Aid Training classes within first three months of employment and keep current (Total of 12 hours per year). 4. Successfully complete 4 hours of food handlers training. 5. Have current immunizations. 6. Government will provide MWR orientation training on policies and procedures for working with teens (8 hours). 7. Be an active member of the Chapel of Light worshiping community. B. Chain of Command: Directly responsible to the Command Chaplain to provide a total Christian Religious Youth Program. Works under the immediate supervision of the Chaplain responsible for the Chapel Youth Program C. Chapel of Light Youth Program. 1. Scope of Program: The Chapel Youth Program is intended to provide a positive, safe, environment for youth 7th -- 12th grades to facilitate and encourage spiritual growth, and Christian fellowship. All youth are welcome. The program is to be broad based and inclusive of both Catholic and Protestant branches of the church. 2. Major Program Requirements; a) Weekly Chapel Youth Program meetings throughout the school year, b) At least one Fall and one Spring weekend retreats. c) 2 Lock-Ins, d) Coordination with Military Community Youth Ministries for a Spring Service Project and the Summer Junior and Senior youth camps. e) Organizes and coordinates Summer Knights program: Wednesday night events and Friday Knight Movies, f) Meets with and co-chairs the Chapel Youth Advisory Council when scheduled. 3. Responsibilities; a) Advises the Command Chaplain via the Youth Chaplain on resources for the chapel youth related libraries including, books videos, magazines, etc; b) Conceives, plans, organizes and executes the Chapel Youth Program, to include; A) Planning of annual Chapel Youth Program schedule with Youth Chaplain, B) Advertises/recruits participants, leaders, assistants and support personnel; C) Conducts or organizes orientation workshops for leaders; D) Conducts leader staff meetings; E) Inventories, assesses, orders and distributes curriculum supplies for the Chapel Youth Program. c) Maintains contact lists of youth, parents, and leaders; d) Supervises physical maintenance of the Meeting Place, Building 735, and chapel spaces utilized by the Chapel Youth Program to include; (1) Schedules usage of chapel controlled spaces and any other base facilities needed for the program, (2) Obtains keys from chapel staff, (3) Secures any spaces used and returns temporary loan keys to chapel staff, (4) Maintains building security, (5) Reports to the chaplain any discrepancies or safety problems; (6) Schedules activities for the Chapel Annex (Bldg 758) not only for Chapel Youth Activities but also for the entire Naval Air Station Keflavik community who desire to use space for unit functions. (7) Maintains physical security of Annex during non-use and attends to the general appearance of the space during times when contracted maintenance is not present. e) Maintains Chapel Youth Director turnover files; f) Attends the monthly meeting of the Chapel Council; g) Prepares informational letters and publicity for approval by the Youth Chaplain; h) Prepares an annual Chapel Youth Program budget for the Youth Chaplain's approval/submission; i) Schedules a monthly meeting with the Youth Chaplain. Planned Absences: 1. Vacation; two (2) Weeks per year of paid vacation will be included in this contract. 2. Training; Director will receive continuing training not to exceed 3 weeks per year from parent organization. 3. Notifies the Youth Chaplain at least seven days prior to any planned departure from NAS Keflavik. E. Contracted Services: 1. In accordance with the responsibilities listed above, contractor agrees to provide services for 40 hours per week. 2. Additional funding for moving expenses in the first quarter not to exceed $5,000.00 . 3. NAS Keflavik will make housing available for rent for contracted personnel and family. Amount of Rent will be based on fair market value rate determined by Base Housing. 4. All other benefits will be the responsibility of the contractor. 5. Health coverage will be available through the Naval Hospital Keflavik on a pay for services rendered basis. 6. Navy Exchange, Commissary, and Military Space Available privileges will be available. 7. Personnel supplied by contractor will abide by US agreements and with the Government of Iceland governing US personnel officially attached to NAS Keflavik. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference; FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000), apply the following: a price proposal on letterhead or a proposal cover sheet signed and dated that contains the requested items with unit prices/extended unit prices, payment terms, remittance address, solicitation number, time specified for receipt of offers, name/address/telephone number of offeror and any other documentation specified herein; FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), the following factors will be used to evaluate offers: (i) price, (ii) past performance (see FAR 15.304), past performance is approximately equal to price. Past performance shall be determined through submission of the following: List the five most recently completed Government (Federal, State and Local) contracts completed during the past five years which are in any way relevant to the effort required in this solicitation. Also include the following for each contract: contract number, contract period of performance, contract type, dollar value of the contract, detailed description of the work performed, name, position title, and phone number of a point of contract; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2001);please provide completed copy with offer; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2001) and any addenda that apply to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders -- Commercial items (May 2001), subparagraphs (b)(1)(3)/(5)/(11)/(12)/(13)/(14)/(15)(22) (24) and any additional FAR clauses cited in the clause that are applicable to this acquisition; FAR 52.215-5, Facsimile Proposals (Oct 1997); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of This Contract (March 2000), subparts (a) 30 Days, 60 Days (c) 36 Months; FAR 52.232-18, Availability of Funds (Apr 1984); FAR 52.233-1, Disputes (Dec 1998); FAR 52.233-2, Service of Protest (Aug 1996); (a) Fleet Industrial Supply Center 1968 Gilbert St. STE 600 Norfolk, VA 23511 Attn: Marlene K Chambley FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.246-25 Limitation of Liability -- Services (Feb 1997). The following DFAR provisions and clauses apply to this solicitation and are incorporated by reference and or full text: DFAR 252.212-7000, Offeror Representations and Certifications -- Commercial Items (Nov 1995), a copy may be provided by the Contract Specialist if requested; DFAR 252.212-7001, Contract Terms and Conditions to Defense Acquisitions of Commercial Items (Nov 2001); DFAR 252.204-7004, (Nov 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying sub-units or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.; The following NAVSUP clause applies to this solicitation: SUP 5252.243-9400, Authorized Changes Only By The Contracting Officer (Jan 1992), (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract, (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract, (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Marlene K. Chambley, Code 202B, Fleet Industrial Supply Center, Acquisition Department, 1968 Gilbert Street Suite 600, Norfolk VA 23511-3392, phone 757/443-1362, fax 757/443-1424 (end of clause); The following FISC Norfolk provision applies to this solicitation: Prospective Contractor Responsibility (1 Aug 2001) (FISC Norfolk) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business.(End of provision) Offerors shall not be currently debarred, suspended, and must be otherwise eligible to receive contracts from any Federal Agency. As a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested items, with monthly unit prices, extended prices, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by 1600 EST, 30 NOV 2001. Offers can be faxed to (757-443-1424/1337) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: Lyssa R. Matthews, Code 202B6, Norfolk, VA 23511-3392. Reference RFQ N00189-02-T-0073, on your quote. This is a synopsis/solicitation in one, no solicitation will be issued.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/N00189/N00189-02-T-0073/listing.h tml)
- Record
- Loren Data Corp. 20011119/99SOL008.HTM (D-319 SN5130K7)
| 99 - Miscellaneous Index
|
Issue Index |
Created on November 11, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|