SOLICITATION NOTICE
R -- Gospel Service Director of Music, Bolling AFB, DC
- Notice Date
- 12/20/2004
- Notice Type
- Solicitation Notice
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- 30455655245605
- Response Due
- 1/4/2005
- Archive Date
- 1/19/2005
- Point of Contact
- Cherry Mobley, Contract Specialist, Phone 202-767-8097, Fax 202-767-7887, - Dana Taylor, Contracting Officer, Phone (202) 767-8099, Fax (202) 767-7887,
- E-Mail Address
-
cherry.mobley@bolling.af.mil, dana.taylor@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The 11th Contracting Squadron, Bolling AFB DC, intends to award a simplified acquisition on a sole source basis to Peter Lewis to perform services as the Bolling Air Force Base Gospel Service Director of Music. The Gospel Service requires a Director of Music to enhance the worship environment of its 300-member congregation. The contractor shall provide and coordinate all music requirements for each weekly Gospel service. Specifically, the contractor shall provide musical accompaniment and support for the youth choir and other choirs (as needed); coordinate and conduct the Gospel Choir Section Leader’s rehearsal; provide musical support for mid-week Worship Service/Bible Study; coordinate and conduct musicians in preparatory rehearsal; provide musical accompaniment and support for Sunday Gospel Worship Service; provide musical support for special services such as funerals and revivals (as required); and coordinate annual training requirements for the Gospel Choir. The contractor shall possess good human relation skills; must be strongly-versed in Gospel music genre; must possess a minimum of two years experience as a Director of Music within a military chapel community, civilian church or possess extensive experience within a military chapel setting; must possess a minimum of two years of experience as a pianist/organist within the military chapel community or civilian church; must be able to play traditional and contemporary gospel music including hymns and the latest gospel music recordings; must possess leadership skills and a willingness to follow leadership; must possess a Master’s Degree in Music from an institution recognized by the U.S. Dept of Education or have at least seven years of equivalent work experience; must have reference letters from chaplain(s)/pastor(s) within the last two years. The contractor shall also demonstrate a professional attitude and appearance. The North American Industry Classification System (NAICS) code for this acquisition is 711510 and the corresponding SIC code is 7929 with the size standard being $6.0 Million. All interested parties are encouraged to provide information on their capabilities to meet this requirement. In order to be considered a potential source, interested parties must submit clear and convincing documentation demonstrating capabilities to satisfy the requirement as specified above and advantages of the Government to consider another source. The documentation shall include a resume and reference letters containing relevant details to establish a bona fide capability to meet this requirement. Responsible sources must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. CCR can be obtained at www.ccr.gov or by calling 1-888-227-2423. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this synopsis, the contracting officer may determine that a solicitation will be issued. If a solicitation is issued, no additional synopsis will be published. Any such solicitation will be issued to the intended schedule vendor and all firms that respond to this synopsis. If no affirmative written response that a comparable source is available is received within 15 calendar days after publication of this synopsis, an order will be placed with the contractor mentioned above. The anticipated period of performance is one base period (1 February 2005 through 30 September 2005) and four 1-year options. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/30455655245605/listing.html)
- Place of Performance
- Address: Bolling AFB, Washington DC
- Zip Code: 20032
- Country: United States
- Zip Code: 20032
- Record
- SN00723869-F 20041222/041220211718 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |