SOLICITATION NOTICE
G -- Protestant Chaplain Services
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street, Parkersburg, WV, 26106-5312, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AFRW-73200-08-0006
- Response Due
- 9/14/2007
- Archive Date
- 9/6/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation number AFRW-73200-08-0006 is issued as a request for quote (AFRW-73200-08-0006). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. The North American Industry Classification System (NAICS) code for this solicitation is 813110 and small business size standard is $6,000,000. 1.0 PURPOSE The Bureau of the Public Debt (BPD), on behalf of Armed Forces Retirement Home (AFRH), intends to acquire Protestant Chaplain services. The Chaplain shall have the overall responsibility of the Protestant Community Religious Activities and shall provide services in support of the Armed Forces Retirement Home ? Washington (AFRH-W). Support programs shall be consistent with AFRH-W Instructions and Standard Operating Procedures (SOPs) for Religious Activities. Chaplains must be indorsed by their faith. Required services shall be approximately 20 hours per week. 2.0 BACKGROUND The United States Congress established the Armed Forces Retirement Home (AFRH) as a separate Federal Agency in 1991 when it enacted the Defense Authorization Act, Public Law 101-510. The AFRH is comprised of the Armed Forces Retirement Home ? Washington, DC (AFRH-W). AFRH-W offers Long-Term Care/Skilled Care, Assisted Living and Special Care (dementia) options for its residents. Each site is maintained as a separate establishment of the AFRH for administrative purposes. The total number of residents at the AFRH-W varies from month-to-month, as influenced by admissions, deaths, and separations. The actual number of recipients to be cared for will also be influenced by the number who are on leave or who may be patients at an outside medical facility. AFRH-W currently has 1,030 residents, but can support up to 1,150. Residents? physical and mental conditions and capabilities vary widely. 3.0 REQUIRED SERVICES The Contractor shall: 1. Conduct Sunday religious services 2. Conduct daily pastoral visitation to and for all AFRH-W residents as a part of the overall chaplain pastoral support program. 3. Conduct rites and sacraments such as: communion, baptism, marriage, funeral, and worship services in accordance with established procedures of their particular faith group. 4. Refrain from infringing upon the sacraments other faith groups. 5. Develop and conduct religious services, including special religious services such as: Thanksgiving Day, Memorial Day, Veterans Day, Christmas Day, and Easter, which are ecumenical and/or non-denominational in character, when scheduled. 6. Subscribe to and support the visions and goals of pastoral care as outlined by the Standard Operating Procedures (SOPs) of the AFRH-W. 7. Sign in and out at located designated when arriving and departing AFRH-W. 8. Identify subcontractors and receive approval by the Contracting Officer prior to assuming any religious activities. 9. Establish and implement methods consistent with the AFRH-W SOPs to ensure the coordination of ministries at AFRH-W. 10. Honor the chaplain dress code while on duty, which is clerical shirts with jackets or shirt, for men, or dresses/dress slacks, for women, or other apparel. 11. Set up religious facilities, equipment and liturgical appointments for programs and worship services; assist and/or instruct other chaplains or volunteers during worship services. 12. Prepare and submit supply requisitions to the AFRH-W Resident Services Office for approval. 13. Prepare and submit forms and reports to the Chief, Resident Services as required by AFRH-W instructions and Religious Activities Standard Operating Procedures. 14. Organize and distribute devotional, religious education and publicity materials as directed by the various published programs of the Religious Activities Office. 15. Assist in the compilation and analysis of statistical data related to the Religious Activities as directed by AFRH-W Instructions and Standard Operating Procedures. 16. Work out of and be available for drop-in visits, appointments, and pastoral counseling in the office designated by the Government. These visits shall be performed during normal working hours and are to be scheduled so as not to interfere with the weekday visitation schedule. 17. Prepare and provide worship bulletins and other publications. Prepare worship bulletins and other publications necessary to accomplish Catholic worship and ministry in the absence of the full-time Catholic chaplain. 18. Create an environment free of discrimination and harassment for all residents residing at AFRH-W and staff members with whom work is done; work with supervisory personnel to resolve resident complaints. 19. Help forecast office needs and requirements. 20. The Contractor shall not have access to any AFRH-W documents of information or hold membership on, or have such related responsibility on any boards or committees; however, Contractor may be required to attend some meetings at the request of the Religious Activities Office. 21. Be responsible to set up all necessary equipment and supplies for pastoral duties and remove when pastoral work has been completed. 22. Provide religious services and environment to encompass special traditions and ceremonies related to the occasion. 4.0 PERSONNEL QUALIFICATIONS A) Ordained minister of the Protestant Denomination, in good standing, with references. B) 5 years minimum experience as an independent pastor of a congregation, including the experience and knowledge of institutional chaplaincy. C) Exhibit effective communication skills, and ability to empathize in different situations. D) Possess a pleasant attitude with the ability to get along with other constituents, peer professionals of all faiths, and AFRH-W residents. E) Able to work as a team member of the Religious Activities office, and provide pastoral care to all residents regardless of denomination or faith. F) Uphold high ethical and moral standards, in keeping with the environment of the AFRH-W leadership, the religious community(s) being served, and in keeping with the teachings of the Holy Scripture. G) Able to respond to the AFRH-W with-in 30 minutes of after-hour emergency requirements. 5.0 OTHER REQUIREMENTS The Contractor, although in fact not a Government employee, shall comply with Executive Order 11222, May 8, 1965, "Prescribing Standards of Ethical Conduct for Government Officers and Employees," and shall also comply with AFRH regulations implementing this Executive Order. Additionally, the Contractor shall comply with all safety practices, vehicle registration, speed limits and any other AFRH regulation and policy applicable to conduct standard. All Contractor personnel shall adhere to the authorized speed limits while operating vehicles on the grounds of the AFRH-W. Contractor vehicles shall only be parked in areas as directed by the COTR. Contractor personnel are required to comply with District of Columbia laws, which require seat belts to be used at all times and restricts cell phone use. Speed limits on AFRH-W grounds are 15 mph unless otherwise posted. Only 5 mph is permitted through the shops and service area. Contractor personnel driving a motor vehicle on AFRH property cannot use a cell phone unless the vehicle is safely parked or the driver is using a hands-free device. 6.0 IDENTIFICATION BADGES The Government will issue identification badges with name and photo at no cost to the Contractor. Contractor employees shall wear the Government issued identification badge over the front of the outer garment. When a contractor employee leaves the Contractor?s service, the employee?s identification badge shall be returned to the Government within two (2) days of departure. 7.0 ABSENCES 7.1. Backup Coverage - The Contractor shall provide backup coverage for the absences of all regularly scheduled Contractor employees. 7.2. Scheduled Absences - The Contractor shall schedule absences such as vacation, continuing education, and any other changes that could impact services to the residents, at least 6 weeks in advance. The COTR, and the Contractor shall mutually agree upon the scheduled absence and the Contractor shall provide a backup Chaplain who is a familiar with the procedures of AFRH 7.3 Unscheduled Absences - The Contractor shall notify the COTR four hours prior to the scheduled shift when unable to work (e.g. illness) and the Contractor shall provide a backup Chaplain. 8.0 UNFORESEEN GOVERNMENT FACILITIES CLOSURES When an unforeseen Government facility closure occurs on a scheduled day of work, the Contractor shall not be required to perform any services on the day of the closure and shall receive no payment (unless the COTR designates these services are essential during the time of facility closure). In the event of a partial day (unforeseen Government facility closure), the Government will notify the Contractor within one hour after AFRH-W receives notification of the facility closure. Payment of a partial day closure will be made for the actual time worked. 9.0 GOVERNMENT-FURNISHED PROPERTY, EQUIPMENT & SUPPLIES The Government will provide all required supplies and equipment to conduct religious services. Office space will be provided in the Scott Building with a computer, telephone service, and desk. 10.0 CONTRACTING OFFICER AUTHORITY In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract modifications, change orders, letter or verbal direction to the Contractor be effective or binding upon the Government. All such actions must be formalized by the proper contractual document executed by the appointed Contracting Officer. The Contractor is hereby put on notice in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of work to be performed, it is the Contractor?s responsibility to make inquiry of the Contracting Officer before making the deviation. Payments will not be made without being authorized by the appointed Contracting Officer with the legal authority to bind the Government. 11.0 GOVERNMENT REMEDIES The Contracting Officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997), for Contractor?s failure to perform satisfactory services or failure to correct non-conforming services. 12.0 CONTRACT TERM The base period of performance will be October 1, 2007 through September 30, 2008. The award of a contract will be made to the technically compliant, lowest price Offeror. It is our intent to award without discussions. It is imperative that you submit a complete package, including resume, with your best technical and low price offer. The award will be for one year. The base year will be October 1, 2007 ? September 30, 2008. Offerors shall submit their quotes in English by e-mail to PSB1@bpd.treas.gov. Quote a per hour rate in US dollars. Quotes are due by September 14, 2007, by 2:00 p.m. EDT. Only quotes meeting the requirements as specified in the statement of work will be considered by the Government. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addendum to FAR 52.212-1, Paragraph (b)(4): Offerors shall provide a resume documenting experience/qualifications and references. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.217-8 Option to Extend Services; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3 Convict Labor; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52-232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration ; 52.204-7, Central Contractor Registration; 52.222-41, Service Contract Act; 52.212-3 Offeror Representations and Certifications, Commercial Items, and 1052.201-70 Contracting Officer Technical Representative (COTR). In accordance with 52.212-4 section (g) Invoice: Invoices shall be submitted electronically. Protected Microsoft Excel files are the preferred format; however, adobe Acrobat Portable Document format (PDF) and Microsoft Word are also acceptable. The email address will be provided at contract award. The Offeror assumes the full responsibility for ensuring that offers are received at the place as delineated herein and by the date and time in item 6. The email address for electronic quotes is PSB1@bpd.treas.gov. The Offeror assumes full responsibility for ensuring electronic quotes are formatted in accordance with BPD Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: bat, cmd, com, exe, pif, rar, scr, vbs, hta, cpl and zip files. Microsoft Office compatible documents are acceptable. If the Offeror determines other formats are necessary, it is the Offeror's responsibility to verify with BPD that formats are acceptable. Quote materials with unacceptable or unreadable formats may be found non responsive. All hard copy offers must be closed and sealed and must be fully identified on the sealed envelope if delivered via third party carrier or hand delivered. When quotes are hand-carried or sent by courier service, the address for offers is Bureau of the Public Debt Division of Procurement 200 Third St Parkersburg, WV 26106 For offers sent via US Mail, FedEx, or similar methods, the address is shown as Bureau of the Public Debt Division of Procurement, Avery 5F 200 Third Street Parkersburg, WV 26106 Interested Offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that all persons on the mailing list will receive notifications. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to PSB1@bpd.treas.gov. Points of Contact Wayne Clements, Contract Specialist, Phone 304-480-7239, Fax 304 480-7203, Email PSB1@bpd.treas.gov. Lorraine Smicker, Contracting Officer, Phone 304-480-7128, Fax (304) 480-7203, Email PSB1@bpd.treas.gov. Place of Performance Address: Armed Forces Retirement Home, 3700 N. Capitol Street, NW, Washington, DC Postal Code: 20011-8400 County: USA
- Place of Performance
- Address: 3700 N. Capitol Street, NW, Washington, DC
- Zip Code: 20011-8400
- Country: UNITED STATES
- Zip Code: 20011-8400
- Record
- SN01397666-W 20070908/070906222416 (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 |