Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

G -- CHOIR DIRECTOR

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-07Q7038
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-12. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business Set-Aside. This is a firm-fixed price procurement procured using commercial procedures. Solicitation Number is FA4809-07-Q-7038 & 07-Q-7039. The NAICS code 711510 applies to this solicitation. The size standard is $6,500,000.00. SERVICES FOR CATHOLIC CHOIR DIRECTOR CLIN# 0001, BASE YEAR: Catholic Choir Director, 84 Performances and 84 Rehearsals for Total Quantity of 168 Hours. $_________ PER HOUR x 168 = $_________________. BASE YEAR: FY 07, 1 Oct 06 ? 30 Sep 07. CLIN#1001, OPTION YEAR I: Catholic Choir Director, 84 Performances and 84 Rehearsals for Total Quantity of 168 Hours. $_________ PER HOUR x 168 = $_________________. OPTION YEAR 1: FY 08, 1 Oct 07 ? 30 Sep 08. CLIN#2001, OPTION YEAR II: Catholic Choir Director, 84 Performances and 84 Rehearsals for Total Quantity of 168 Hours. $_________ PER HOUR x 168 = $_________________. OPTION YEAR II: FY 09, 1 Oct 08 ? 30 Sep 09. SERVICES FOR PROTESTANT CHOIR DIRECTOR CLIN#0002, BASE YEAR: Protestant Choir Director, 50 Performances and 50 Rehearsals for Total Quantity of 100 Hours. $___________ PER HOUR x 100 = $________________. BASE YEAR: FY 07, 1 Oct 06 ? 30 Sep 07. CLIN#2001, OPTION YEAR I: Protestant Choir Director, 50 Performances and 50 Rehearsals for Total Quantity of 100 Hours. $___________ PER HOUR x 100 = $_________________. OPTION YEAR 1: FY 08, 1 Oct 07 ? 30 Sep 08. CLIN#2002, OPTION YEAR II: Protestant Choir Director, 50 Performances and 50 Rehearsals for Total Quantity of 100 Hours. $___________ PER HOUR x 100 = $_________________. OPTION YEAR II: FY 09, 1 Oct 08 ? 30 Sep 09. The item description is as follows: Work consists of providing all labors, materials, supervision, transportation, and equipment necessary to provide Choir Director Services. Work will be performed at Seymour Johnson AFB, NC. All work shall be in compliance with the Statement of Work. The following clauses and provisions apply to this acquisition: FAR 52.212-1 instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) Delivery Date, 7) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered. AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005). FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation . FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.217-8 Option to Extend Services. FAR 52-217-9 Option to Extend the Term of the Contract, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-1 Notice to the Government of Labor Disputes. FAR 52.232-18 Availability of Funds. FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is Mr. Stan Farr, (919) 722-7145 or stanley.farr@seymourjohnson.af.mil and Alternate is Ms. Schondra W. Richardson, (919) 722-5405 or schondra.richardson@seymourjohnson.af.mil. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT September 15, 2006 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. E-mail quotes will also be accepted. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on Federal Business Opportunities (FBO) website only. STATEMENT OF WORK Protestant 1100 Worship Director 1. GENERAL The Protestant 1100 Worship Director (hereafter called ?The Contractor?) will rehearse the Protestant 1100 Worship Team(s), rehearse and direct the musical accompanists, and congregational singing for the regularly scheduled 1100 Protestant Service. Regularly scheduled will include Ash Wednesday, Maundy Thursday, Good Friday, Easter Sunrise, Thanksgiving Eve, Christmas Eve and designated memorial services. 2. QUALIFICATIONS a. Ability to teach and direct adult worship team(s) of various musical styles. b. Minimum of one year?s experience as worship director. c. Ability to teach, direct, and lead congregational singing. d. Ability to sight-read, transpose, and improvise music. e. Understand the theology and flow of common forms of Protestant worship. f. Sincerely desire to promote Christian worship. g. A student of contemporary movements in Protestant worship and a willingness to include appropriate contemporary expressions in worship. h. Support the ministry of the chapel staff and congregation. 3. SPECIFIC RESPONSIBILITIES a. Recruit, train, and direct volunteer worship teams and musical artists from the Seymour Johnson Air Force Base Protestant Community. b. In coordination with the chaplain responsible for the service or his/her designee, design the following Sunday?s worship service by close of business Tuesday of each week. Musically, the service will be a blend of traditional and contemporary choruses, hymns, songs, and anthems. c. Conduct a minimum of one rehearsal each week. The weekly rehearsal is normally 1-? hours in length unless otherwise coordinated and approved by the chaplain responsible for the services or the contract monitor. The weekly rehearsal will include all worship team(s), musical groups, and individual artists to promote excellence in worship. Both congregational singing and special musical numbers will be rehearsed. d. Coordinate with the chaplain responsible for the service or his/her designee to project song lyrics for the worship service. e. Provide to the chaplain in charge of the service a list of qualified instrumental and vocal musicians who wish to perform special musical numbers during the worship service. f. Make written requests for purchase of copyrighted music to the chaplain responsible for the service and ensure all copyright laws are strictly followed. g. Arrive no later than 30 minutes prior to the set start time for the service. h. Lead congregational worship during the service. i. Submit to the chaplain responsible for the service an itemized invoice of services performed on the ?Request For Payment? form provided by the chapel. Submit the form as soon as possible after the last services performed for the month but no later than the second duty day of the next month. j. Serve under the authority of the chaplain in charge of the service. 4. SUBSTITUTIONS a. The contractor will provide a substitute when he/she will not be able to fulfill the contract temporarily. b. The contractor must provide a suitable substitute. A suitable substitute is one who meets the qualifications set forth in para 2a, 2b, 2c, 2d, 2e and 2f of this SOW. c. The contractor will notify the chaplain responsible for the service as early as possible when a substitute will be used and provide the chaplain the substitute?s name and phone number. d. When the contractor knows ahead of time he/she will be absent for a rehearsal and/or service, the selected substitute shall conduct the rehearsal and the service to provide consistent leadership. e. Payment of substitute is the responsibility of the contractor. f. The contractor will not use a substitute for more than 15 consecutive rehearsals/performances, nor exceed 30 cumulative rehearsals and performances combined during the contract period. 5. PAYMENT The contractor will be paid monthly for services performed that month. The maximum number of services allotted may or may not be the maximum number of services required of the contractor. 6. CONTRACTOR PERSONNEL The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: http://www.dol.gov/compliance/guide/aw.htm#whowhich) STATEMENT OF WORK Catholic Parish Choir Director 1. GENERAL The primary function of this position is to promote and enhance congregational singing by serving as the trainer and rehearse of all adult volunteer vocalists, especially to develop a corps of cantors, and the rehearse of all adult volunteer instrumentalist, in preparation for all the base chapel weekend, holy days, funeral/memorial masses, and to conduct a choir should one be formed. 2. QUALIFICATIONS a. Proficiency in playing keyboard instruments to include piano and organ. b. One must posses a degree in liturgical music; a major in music or practical experience may be considered. c. Have knowledge and appreciation of liturgical principles and dynamics. d. Have great knowledge of Catholic hymnody and psalmody. e. Have the ability to read music, play a piano and organ. f. Must be able to sing with or with out accompaniment and to accompany ones own singing. 3. SPECIFIC RESPONSIBILITIES a. Actively, regularly, and consistently promote recruitment of parishioners into the parish music ministry program. b. Take initiative to improve and maintain a high level of interest in the music ministry through contact with the chapel congregation. c. Foster a music program built upon a repertoire of different styles of sacred and liturgical music, incorporating the old and the new. d. Select appropriate music for liturgies, services, and concerts of sacred music in close cooperation of the pastor or his delegate and with his final approval. e. Requisition music supplies and use of chapel facilities through the parish administrative coordinator. f. Prepare a statement of goals and objectives, annual calendar and budget on computer disk for the administrative coordinator in preparation for the annual parish planning council in August. g. Maintain a roster on all people involved in the parish music ministry and provide the deacon or minister of parish worship with this data on a computer disk. h. Be responsible for the maintenance and cleaning of choir robes at parish expense. i. Subcontract for an accompanist when necessary for rehearsals, liturgies, or concerts of sacred music. j. Accept any music assignment provided by the pastor with proper compensation according to the unit system. k. If possible, conduct an annual or semi-annual concert of sacred music. 4. RELATIONSHIP The Catholic Adult Choir Director will report to the senior Catholic Chaplain, or designated representative. 5. PAYMENT The contractor will be paid monthly for services performed that month. The maximum number of services allotted may or may not be the maximum number of services required of the contractor. 6. CONTRACTOR PERSONNEL The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: http://www.dol.gov/compliance/guide/aw.htm#whowhich)
 
Place of Performance
Address: Seymour Johnson AFB, NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01139494-W 20060913/060911220651 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.