SOLICITATION NOTICE
R -- Chapel Business Manager at the U.S. Naval Academy, Annapolis, MD
- Notice Date
- 5/19/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N00140-06-Q-2281
- Response Due
- 5/31/2006
- Archive Date
- 6/15/2006
- Small Business Set-Aside
- Total Small Business
- Description
- FISC Norfolk Contracting Department Philadelphia intends to procure the services of a Chapel Business Manager at the U.S. Naval Academy, Annapolis, MD. The statement of work for this requirement is as follows: The U.S. Naval Academy Command Religious Program (CRP) Chapel Business Manager will provide the administration, management, and leadership to support the Command Chaplain's ministry initiatives that support the Naval Academy's mission "to develop midshipmen morally." The Chapel Business Manager will play a major role in the development, management and oversight of finances, facilities, and other specific programs of the CRP. The position is located in the Chaplains Center, United States Naval Academy (USNA). In this statement of work, the Chapel Business Manager is referred to as ?provider.? GENERAL INFORMATION 1. The work environment includes 7,000 faculty, midshipmen and staff living and working on the campus of the Naval Academy (the Yard), their families, and the many people from the local community who participate in chapel activities. It encompasses working with a staff of active duty Navy chaplains of the Roman Catholic, Jewish and Protestant faiths, enlisted support personnel, government employees and contract personnel. Besides the chaplains' office complex, the physical environment includes the historical Naval Academy Chapel, the Commodore Uriah P. Levy Center and Jewish Chapel, Mitscher Hall Chapel, a national historic cemetery and columbarium and various sites on the Yard. Beyond those personnel who live and work in the Yard, there is significant interaction with parents of midshipmen and candidates, alumni, staff family members, candidates, participants from the local community, as well as tourists. 2. Hours of Performance. Anticipated work hours are 40 hours per week. Exact work hours will be based on requirements as defined by the Contracting Officer Representative (COR). These are the anticipated number of hours of service per month that shall be provided, and there may be variations of up to plus/minus 10%. 3. The Command Chaplain provides broadly defined missions and functions. The provider proceeds with a high degree of independence and self-direction in managing the CRP. The provider makes extensive un-reviewed programmatic and managerial judgments concerning the interpretation and implementation of CRP policy. 4. Guidelines provided are necessarily and exceptionally broad and general in nature in order to accomplish ministry in a multi-faith, pluralistic environment with a sizeable number of ministry providers and recipients. Although established regulations must be followed, situations frequently arise which must be handled by the provider that do not lend themselves to resolution by established policies or procedures. Sound judgment is essential. USNA has a well defined mission, unique to the Navy, to which the mission of the Command Religious Program provides its own unique input and support in the form of spiritual formation, support and instruction with the goal of integrating an individual's faith into his/her professional life. 5. Provider?s assignments require an unusual depth of knowledge and skills in several distinct areas: development, management and oversight of finances, facilities, leadership and management; programmatic visioning, goal-setting and development. These various components must be integrated in a variety of ways, both time-proven and innovative, to ensure a highly functioning, fast paced overall program of ministry provision and pastoral care to the Brigade of Midshipmen, faculty, staff, eligible family members, participants, friends of, visitors to, and tourists at the U.S. Naval Academy. Consequently, insight to the intended and unintended consequences of decisions, both his/her own and those of other staff members, and an ability to recall past professional experiences with a view to informing present considerations are necessary to this key staff member. 6. This work of the Chapel Business Manager directly and indirectly affects the spiritual development and formation of members of the Brigade of Midshipmen by helping to provide worshipping congregations within which they can learn and grow in their faith commitments. By ensuring respective congregations have the necessary support and proper environment, worshipping communities can flourish and provide spiritual homes for the midshipmen of their respective faith-groups. The provider is expected to identify resources for continually improving the worshipping communities and their ancillary support ministries (religious education, weddings, funerals and memorials). 7. The provider has regular and extensive contact with a wide range of management officials and executives within and beyond USNA. These include outside organizations such as representatives of other service academies, civilian institutions, and Naval District Washington on site personnel. The provider will also network with a wide variety of individuals and organizations on the Yard, both in their professional capacity and as congregants of the various faith communities and community churches and faith groups. 8. The provider?s contacts are for the purpose of coordinating, liaising and influencing decisions regarding services needed from different entities and to provide for those same entities. These may include contacts with visiting dignitaries, Academy senior executives and managers to coordinate public events. 9. Work requires a considerable amount of walking, stooping, bending and climbing. Work is performed in a typical office setting as well as in areas under construction or renovation, with the provider observing normal safety precautions. TASKS: 1. Administrative Management a. The provider shall develop, manage and provide oversight of finances and facilities in support of the CRP. b. The provider shall develop, implement and track the execution of business plans in support of the overall CRP mission, as approved by the Command Chaplain. c. The provider shall coordinate and monitor all supply support functions for the Chaplain Center. Funding sources will include appropriated fund Operations and Maintenance accounts, Gift Funds, the Religious Offering Fund, and other funds that may be available for the CRP. 2. Facilities Management a. The provider shall plan, direct, manage the operation of, and shall coordinates the maintenance, repair, renovation, improvement and expansion of all chapel facilities. Functions include, but may not be limited to; short and long term strategic planning, space utilization planning, maintenance, repair, alteration, facility project management, utilities and overall program oversight. The provider shall review, coordinate and monitor all chapel facility work requests and service calls, and shall work with the Public Works Department, the Chief of Staff, the Commandant?s Staff and other key cost centers in the Yard to coordinate schedules, ensure access without mission interruption, resolve differences, reach compromises, and persuade acceptance of chapel facility requirements. b. The provider shall serve as an advisor to each congregation's Chapel Advisory Council; providing input, counsel and advice where appropriate. The provider shall function as liaison to the respective councils on matters relative to their congregation's fiscal, facilities, personnel and programmatic needs, in consonance with the respective chaplain. QUALIFICATIONS: 1. The provider should demonstrate unqualified support for the work and mission of the Naval Academy, as well as the CRP in direct and integral support of the mission. The provider should be experienced, skilled and possessed of a proven willingness to work with clergy and adherents of all faith groups. 2. The provider should possess knowledge of and experience with organizational planning and business/financial management. 3. The provider should possess knowledge of and experience in strategic planning, master planning, project management, as well as demonstrated ability to formulate goals, plans and methods of program evaluation. Proven leadership skills and demonstrated teamwork are essential. 4. The provider should have the ability to communicate and deal effectively with people from varied backgrounds, both orally and in writing, including the writing of comprehensive reports, policy statements, etc. The provider should have proficiency in presentation software, proven ability in establishing and nurturing business relationships, making persuasive arguments with individuals of varying views, and achieving consensus while ensuring that fundamental interests are protected. Offerors are to submit their proposal in two parts. Part I will consist of a resume containing the offeror?s qualifications including, but not limited to, education and employment history as they relate to the required qualifications outlined in the statement of work. Resume shall also include a cover letter summarizing the offeror?s qualifications and abilities for the position as they relate to this solicitation. Part II shall be the monthly fixed price for performance of this requirement. The Government intends to award a contract to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors in the solicitation. The evaluation of proposals will consider the offeror's technical proposal (resume) more important than the offeror's price proposal. Request for Quotation (RFQ) N00140-06-Q-2281 contemplates a firm fixed price contract. Base Period of Performance beginning 15 days after date of award through 30 September 2006, plus one - one-year option period. This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is set aside 100% for small business firms. The applicable NAICS Code is 561110 with a size standard of $6M. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is requested that qualified sources are capable of providing all of the following Contract Line Item Numbers: 0001 Base Period ? Chapel Business Manager, award through 30 September 2006, 0002 Option I- 12 months following the base period. Quoters are to provide the price per month as well as the total price for the Base Period and Option 1. The provision at 52.212-1, Instructions to Offeror?s Commercial Items, is applicable to this procurement. Offerors are advised to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition or Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. It is recommended that offerors register in the CCR at www.ccr.gov if not already registered in the system as registration must be complete prior to award. Offers shall be received at FISC Norfolk Detachment Philadelphia, Bldg. 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 3PM (local time) on 20 June 2006. All responses may be e-mailed to Rhoda Meyer at: Rhoda.meyer@navy.mil, or faxed to (215) 697-5418, and reference control number 2006-2280. For additional information concerning this requirement, please contact Rhoda Meyer, Code 0270.1B, at (215) 697-9645.
- Place of Performance
- Address: U.S. Naval Academy, Annapolis, MD
- Zip Code: 21402
- Country: USA
- Zip Code: 21402
- Record
- SN01054127-W 20060521/060519221401 (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 |