SOLICITATION NOTICE
U -- Protestant Religious Education Coordinator provides meaningful religious education to Protestant members from preschool through adulthood.
- Notice Date
- 10/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sill, ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L09T0001
- Response Due
- 10/24/2008
- Archive Date
- 12/23/2008
- Point of Contact
- Lisa Slagle, (580)442-3653<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation document W9124L-09-T-0001 is a Request for Quotation (RFQ) for services of one Protestant Religious Coordinator. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-27, effective September 17, 2008. This acquisition is set aside for small business. Offers/bids are solicited from small business concerns. Offers/bids received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 611699, and size standard is $7 Million. This solicitation is issued under FAR Subpart 13.5 -- Test Program for Certain Commercial Items. A Firm Fixed Price contract is contemplated. Requirement for Protestant Religious Coordinator is as follows: CLIN 1000 Protestant Religious Coordinator, to provide meaningful religious education to Protestant members from preschool to adulthood in accordance with (IAW) Performance Work Statement (PWS), Base Period FY 2009, 1 Nov 2008 through 30 Sep 2009. Unit Price: _______ X 11 Mos; Extension: ________. CLIN 1001 Accounting for Contract Support, Yearly Report Due 31 Oct 2009. Unit Price: ______. CLIN 2000 Protestant Religious Coordinator, to provide meaningful religious education to Protestant members from preschool to adulthood IAW PWS, Option Period One FY 2010, 1 Oct 2009 through 30 Sep 2010. Unit Price: _______ X 12 Mos; Extension: ________. CLIN 2001 Accounting for Contract Support, Yearly Report Due 31 Oct 2010. Unit Price: ______. CLIN 3000 Protestant Religious Coordinator, to provide meaningful religious education to Protestant members from preschool to adulthood IAW PWS, Option Period Two FY 2011, 1 Oct 2010 through 30 Sep 2011. Unit Price: _______ X 12 Mos; Extension: ________. CLIN 3001 Accounting for Contract Support, Yearly Report Due 31 Oct 2011. Unit Price: ______. CLIN 4000 Protestant Religious Coordinator, to provide meaningful religious education to Protestant members from preschool to adulthood IAW PWS, Option Period Three FY 2012, 1 Oct 2011 through 30 Sep 2012. Unit Price: _______ X 12 Mos; Extension: ________. CLIN 4001 Accounting for Contract Support, Yearly Report Due 31 Oct 2012. Unit Price: ______. CLIN 5000 Protestant Religious Coordinator, to provide meaningful religious education to Protestant members from preschool to adulthood IAW PWS, Option Period Four FY 2013, 1 Oct 2012 through 30 Sep 2013. Unit Price: _______ X 12 Mos; Extension: ________. CLIN 5001 Accounting for Contract Support, Yearly Report Due 31 Oct 2013. Unit Price: _____. Performance Location: Chaplain Activities Office located in Building 2934 Marcy Road, Fort Sill, Oklahoma. The following FAR and DFARS provisions apply to this acquisition: 52.212-1 Instructions to Offerors--Commercial items; 52.214-31 Facsimile Bids, Bidders may submit facsimile bids in response to this solicitation; 252.212-7000 Offeror Representations and CertificationsCommercial Items. Offerors are to include a completed copy of provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR and DFARS clauses are applicable to this acquisition: FAR Clauses 52.202-1 Definitions, 52.203-12 Limitation on Payment to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration; 52.209-6 Protecting The Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment, 52.212-4 Contract Terms and Conditions-Commercial Items; 52.223-6 Drug- Free Workplace, 52.232-17 Interest, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.203-3, Offeror shall provide DUNS number as specified in 252.204-7004 Alt A, Required Central Contractor Registration; DFARS Clauses 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Central Contractor Registration, ALT A; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, DFARS 252.211-7003 ALT I Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments, and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause apply: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.223-9, 52.225-13 and 52.232-33. The following DFARS clause is applicable to this acquisition: DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 - Buy American Act and Balance of Payments Program). The following FAR and DFARS Clauses within the aforementioned clause apply: 52.203-3, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002. The following provision and clause also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, http://farsite.hill.af.mil. The following local clarifications and additional requirements are applicable to this solicitation: EVALUATION-COMMERCIAL ITEMS-The government will evaluate quotes in response to this request and award a purchase order/contract to the responsible bidder whose offer conforms to this request and will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74)-Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION. U.S. Department of Labor Wage Determination 2005-2525 (Rev 7) dated 06/18/2008 is applicable to this procurement. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. EMPLOYEE CLASS-Training Technician GS-07 MONETARY WAGE-FRINGE BENEFITS- $17.64-36.25% ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information for this report will be included in the resultant contract. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY-No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. AWARD FOR BASE PERIOD ONLY-Any award made as a result of this solicitation will be for the Base period only and will not include any Option period. INSURANCE REQUIREMENTS - In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. b. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000.CHANGES-Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. CONTRACT PERIOD-Any contract awarded as a result of offers submitted under this RFQ shall extend from 1 November 2008, or date of contract award, whichever is later, through 30 September 2009, unless sooner terminated under the terms of the contract. NOTE: Exercise of the Government's option(s) to extend this contract may extend the above 30 September 2008 date to as late as 30 September 2013. IDENTIFICATION OF CONTRACTOR EMPLOYEES-Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES-The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. SUBMISSION FORMAT FOR INVOICES. VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: NAME AND ADDRESS. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. SHIPPING AND PAYMENT TERMS. COMPLETE MAILING ADDRESS. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS. Contractors are advised: For Invoices use the Invoice/Receiving Report (Combo) type. DO NOT USE: The Fast Pay Option. Use the following DoDAACs when providing invoices and receiving reports: Administered By W9124L, Payment Official HQ0105, Issued By W9124L, Ship To W91WZ7, Acceptance By W91WZ7, NOTE: Additional email addresses for the Specialist, Contracting Officer, and Acceptor. ACCEPTOR POC: SGT Joe Keen ACCEPTOR EMAIL: joe.keen@conus.army.mil SPECIALIST EMAIL: patricia.highsmith@conus.army.mil CLARIFICATION OF THIS SOLICITATION-Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Patricia Highsmith at email patricia.highsmith@us.army.mil and Lisa G. Slagle (KO) at email lisa.g.slagle@us.army.mil. Clarifications and/or questions are due 16 October 2008. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. INTERRUPTION OF GOVERNMENT PROCESSES-If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD-A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. REGULATIONS-The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. OPTION TO EXTEND SERVICES-a. Services described herein may be extended as described at FAR 52.217-8 by the Contracting Officers written notice to the Contractor anytime before contract expiration. This option is intended to protect the Government from disruption of mission essential service in the event of unusual administrative problems or other extenuating circumstances. b. No legal liability on the part of the Government for payment of any money for performance under any option beyond 30 September of the contract year shall arise unless and until funds are made available to the Contracting Officer for such performance and notice of such availability, to be confirmed in writing by the Contracting Officer, is given to the Contractor. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. Offers are due at the Directorate of Contracting, 2418 NW Macomb Road, P.O Box 33501, Bldg 1803, Fort Sill, OK 73503-0501, 4:00 P.M. CST, October 24, 2008. Fax transmissions of quotes shall be accepted, fax # (580) 442-8014 or by email (patricia.highsmith@us.army.mil or lisa.g.slagle@us.army.mil). The points of contact for this acquisition are Contract Specialist, Ms. Patricia Highsmith, (580) 442-4604, or Contracting Officer, Ms. Lisa G. Slagle, (580) 442-3653.STATEMENT OF WORK PROTESTANT RELIGIOUS EDUCATION COORDINATOR: BACKGROUND INFORMATION: The Fort Sill Installation Chaplain is responsible for providing religious services to the Fort Sill Community. A military chaplain serves as the Director of Protestant Religious Education (DPRE). The DPRE is responsible for providing meaningful religious education to protestant members ages preschool to adult. This consists of serving approximately 2,500 members in eight different locations. The Contract Coordinator will assist the DPRE as described in the statement of work. 1.0 Minimum Qualifications for the Protestant Religious Education Coordinator: 1.1 The Contractor shall be familiar with Protestant Religious Education systems, organizations and a wide variety of Protestant Religious Education resources. 1.2 The Contractor shall have two years of experience in Religious Education. 1.3 The Contractor shall be familiar with military organizations and general operating procedures. 1.4 The Contractor shall have an ability to work within a multicultural community. 1.5 The Contractor shall demonstrate an ability to use Microsoft Computer programs (Word, Outlook Excel and PowerPoint). 1.6 The Contractor shall render services at all Protestant chapel services and/or outreach extension of the religious education programs. 1.7 The Contractor shall maintain an ability to communicate with the U.S Government via electronic mail throughout the life of the contract. 2.0 General: 2.1 This Contractor shall help guarantee the free exercise of religion for Protestant religious education in the Fort Sill community. 2.2 The Contractor shall be experienced in and knowledgeable of the detailed operations of the Protestant religious community. The Chaplain will evaluate the product of the Contractor through a system of goals and standards set out in detail for the Contractor. This evaluation will be produced monthly. The Contractor shall deliver detailed administration, coordination, and supervision of programs and events. The Contractor shall support all programs and activities in the tracking of their spending and will do purchase analysis in support of those programs. The Contractor shall be involved with any needed record keeping. The Contractor shall monitor and train all volunteers who teach any religious education classes. 2.3 Volunteer Coordination: The Contractor shall participate in selection and training of volunteers for Protestant religious education events that are both religious and social. The Contractor shall carry out the guidance of the Chaplain in regard to the selection or usage of volunteers. The Contractor shall collect volunteer hours from every activity and shall pass data to the Chaplain responsible for the volunteer program. The Contractor shall maintain copies of certifications and volunteer documentation. 2.4 Publicity Coordination: The Contractor shall prepare religious education publicity and coordinate with the Installation Chaplains Office for its distribution. 2.5 Religious Education Administrative Support: Under the guidance of the Chaplain, the Contractor shall maintain attendance records, provide timely review and inventory of supplies, research and prepare purchase information necessary for all supplies, materials, and resources. 3.0 Sunday School: 3.1 The Contractor shall interview Chaplains to determine religious education needs, research the availability of religious education products, make oral or written recommendations to the Director of Protestant Religious Education (DPRE) or the designee, and order material as directed. 3.2 The Contractor shall recruit and train volunteer teachers and substitute teachers for members in the age group of preschool through adult. All volunteers will be approved by the DPRE. The Contractor will retain copies of child sexual abuse awareness certification, adult and child CPR Training. 3.3 The Contractor shall develop training materials and train prospective teachers to prepare them to teach their particular age groups. Training will occur not more than five (5) times per year at times designated by the DPRE. Training materials are to be approved by the DPRE. 3.4 The Contractor shall serve as a liaison between the Chaplains and the teachers. 3.5 The Contractor must be on site each Sunday during the conduct of the Sunday School Program. The Government does not fund vacation time but the Contractor may take two weeks vacation as coordinated in the contract. In the event of sickness or family emergency, the Contractor will notify the DPRE or designee as soon as practical. 4.0 Vacation Bible School (VBS) Consisting of a five day school in the summer: 4.1 The Contractor shall research the availability of religious education products, make recommendations to and order materials approved by the DPRE. 4.2 The Contractor shall recruit all VBS volunteers subject to approval by the DPRE. 4.3 The Contractor shall develop a comprehensive training program for the VBS volunteers that will prepare them to teach their particular classes and age groups. 5.0 Religious Education: 5.1 The Contractor shall act as resource person and coordinate (i.e. advise, recommend curriculum and lesson plans, assist in resource library and coordinate programs among the chapels) for Protestant Chapel groups conducting Bible Study Programs (to include Childrens Church) outside of normal Sunday School. 5.2 The Contractor shall act as a resource person for Protestant Women of the Chapel (PWOC) and Sisters Abiding in Christ (SAIC). 5.3 The Contractor shall maintain an inventory of all Bible Study materials acquired for future use. 6.0 Chapel Support Services: 6.1 The Contractor shall develop a monthly calendar for Protestant Religious Education activities. 6.2 The Contractor shall provide a monthly report of all Protestant Religious Education volunteer hours and an after action report within one week of Vacation Bible School. 6.3 The Contractor will be invited to attend monthly Worship Leaders meeting and weekly Chaplain Staff meetings. 7.0 Resource Management: 7.1 The Contractor shall upon request inventory supplies, equipment, and curriculum materials, submit purchase requests for supplies necessary to support the Protestant Religious Education Program through the Installation Chaplains office and provide input to the Resource Manager for the Command Master Religious Program (CMRP). 7.2 The Contractor shall be responsible for the safekeeping of all keys issued to the Government and ensure that the keys are not used by unauthorized persons. Government keys shall not be duplicated. Any loss of key shall be reported to the Contractor. The Contractor shall report any loss of keys to the OIC/NCOIC of the chapel. 7.3 The Contractor shall have access to telephone, fax and word processing equipment for the performance of contract requirements. 7.4 The Contractor will complete their contracting manpower reporting application on line monthly as required for pay purposes.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a1ff223ec5a897f7f8e2a5d6e105ae3e&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK<br />
- Zip Code: 73503-0501<br />
- Zip Code: 73503-0501<br />
- Record
- SN01690258-W 20081011/081009214246-a1ff223ec5a897f7f8e2a5d6e105ae3e (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 |