SOLICITATION NOTICE
G -- Fort Leavenworth intends to award a Firm-Fixed-Price Contract for Catholic Priest services for a period of one year. The North American Industrial Classification System (NAICS) code for this procurement is 813110.
- Notice Date
- 1/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Fort Leavenworth DOC (W91AF4), 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-10-Q-0006
- Response Due
- 2/25/2010
- Archive Date
- 4/26/2010
- Point of Contact
- william webb, 913 684 1623
- E-Mail Address
-
Fort Leavenworth DOC (W91AF4)
(william.king.webb@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This is a combined synopsis/solicitation W91QF4-10-Q-0006 for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, Quotes are being requested and a written solicitation will not be issued. Fort Leavenworth intends to award a Firm-Fixed-Price Contract for Catholic Priest services for a period of one year. The North American Industrial Classification System (NAICS) code for this procurement is 813110. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Catholic Priest services in accordance with (IAW) the Performance Work Statement (PWS). Period of Performance: 1 year from award. Informational only. CLIN0001AA Weekday Morning Mass IAW PWS Quantity: 152, Unit Price $_________, Total $_______ CLIN 0001AB Sunday Mass IAW PWS Quantity: 52, Unit Price $_________, Total $_______ CLIN 0001AC Religious Education Classes IAW PWS Quantity: 104, Unit Price $_________, Total $_______ CLIN 0001AD Holy Days of Obligation IAW PWS QTY Quantity: 9, Unit Price $_________, Total $_______ CLIN 0001AE Pastoral Care Visits to the SHU IAW PWS Quantity: 52, Unit Price $_________,Total $_______ CLIN 0001AF Pastoral Counseling IAW PWS ten per week Quantity: 520, Unit Price $_________, Total_______ CLIN 0001AG Penance/Reconciliation Services IAW PWS Quantity: 2, Unit Price $_________, Total _______ SUBCLINS Total $ ____________ CLIN 0002 Contractor Manpower Reporting QTY Unit Price Per Unit Cost, if any, for CMR reporting once per year 1 Each $__________ FAR and DFARS Provisions and Clauses: The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) (Jun 2008), 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Certifications 2.Past Performance Certification and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer's 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. (End of provision) 52.212-3 Alt 1 (Offeror Representations and Certifications Commercial Items) (Jun 2008) The contractor shall fill in provision 52.212-3 available at http://farsite.hill.af.mil or complete the online certifications and representations at http://orca.bpn.gov. (End of provision) Clauses:, 52.212-4 (Contract Terms and Conditions Commercial Items) (Feb 2007), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items) (Sep 2008), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) (Oct 2003), 52.252-2 (Clauses Incorporated by Reference) (Feb 1998), 52.237-2 (Protection of Government Buildings, Equipment, and Vegetation) (Apr 1984), 252.201-7000 (Contracting Officer's Representative) (Dec 1991), 252.204-7004 Alternate A (Central Contractor Registration) (Sep 2007), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008),(Jun 2005), 252.232-7003 (Electronic Submission of Payment Requests), 252.232-7010 (levies O Contract Payment),(Dec 2006), 252.243-7001 (Pricing Of Contract Modifications), (Dec 1991). To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to William Webb Contracting Specialist, and e-mailed to William.king.webb@us.army.mil, all questions or inquires shall be submitted in writing no later than 15 February 2010, 11:00 a.m. Central Standard Time. No phone calls will be accepted. All responses shall be received by 11:00 a.m. Central Standard Time on 25 February 2010. Quotes can be e-mailed to William.king.webb@us.army.mil, Fax: 913-684-3858, Certified Mail: 600 Thomas Avenue, Fort Leavenworth, KS 66027. An official authorized to bind your company must sign the quote and include three past performance references. All quotes shall reference any amendments to this solicitation. PERFORMANCE WORK STATEMENT CATHOLIC CLERGY SERVICES 1. GENERAL. The purpose of the Catholic Clergy Services Contract is to provide Catholic services for the inmates within the United States Disciplinary Barracks (USDB), in accordance with AR 165-1 and AR 190-47. 1.1. SCOPE OF WORK: MISSION STATEMENT: The Directorate of Pastoral Care (DPC), under redemption and rehabilitation, advances positive growth of relationships through training, mentoring, worship, counseling, and modeling. The ultimate purpose is to deepen the spiritual life of our inmates. The Catholic clergy services are a vital and necessary component to the overall mission of the Director of Pastoral Care. This is evidence in positive behavioral outcomes during incarceration and reduced recidivisms. 2.1 Task 1: The contractor shall perform Weekday Morning Catholic services in accordance with the schedule at Exhibit A. All services shall be coordinated with the USDB Chaplain. Services shall be conducted in accordance with common Catholic faith practices. 2.2 Task 2: The contractor shall perform Sunday Catholic services in accordance with the schedule at Exhibit A. All services shall be coordinated with the USDB Chaplain. Services shall be conducted in accordance with common Catholic faith practices. 2.3 Task 3: Contractor shall perform study sessions in accordance with the schedule at Exhibit A. All study sessions shall be coordinated with the USDB Chaplain. Study sessions shall be conducted in accordance with common Catholic faith practices. 2.4. Task 4: Contractor shall perform Special Services in accordance with the schedule at Exhibit A. All Special Services shall be coordinated with the USDB Chaplain. Special Services shall be conducted in accordance with common Catholic faith practices. 2.5 Task 5: Contractor shall perform weekly pastoral care visits to inmates housed in the Special Housing Unit (SHU) in accordance with the schedule at Exhibit A. All SHU pastoral care visits shall be coordinated in advance with the USDB Chaplain. 2.6 Task 6: Contractor shall perform pastoral counseling sessions in accordance with the schedule at Exhibit A. All sessions shall be coordinated with the USDB Chaplain. Pastoral counseling sessions shall be conducted in accordance with common Catholic faith practices. 2.7 Task 7: Contractor shall perform Penance / Reconciliation services in accordance with the schedule at Exhibit A. All sessions shall be coordinated with the USDB Chaplain. Penance / Reconciliation services shall be conducted in accordance with common Catholic faith practices. 2.8 Task 8: The contractor shall provide for temporary service providers in the event that the primary service provider cannot perform the services when scheduled. Temporary service providers shall be certified and credentialed in accordance with paragraph 3 below. The contractor shall provide the Contracting Officers Representative (COR) the name and certifications of the temporary service provider no later than three (3) working days prior to the primary service providers absence. 3.O CONTRACTOR PERSONNEL QUALIFICATIONS: All contractor personnel performing under this contract as a faith service provider shall be ordained by their faiths regulatory body. Exhibit A Schedule of Deliverables TaskDeliverableDeliverable Due Date 2.1. Task 1Weekday Morning MassThree (3) per week (plus Ash Wednesday and minus Holy Days occurring the same time, five (5) for this POP) 2.2 Task 2Sunday MassEvery Sunday 2.3 Task 3Religious Education ClassesTwo (2) per week 2.4 Task 4Holy Days of Obligation (Special Services)Nine (9) for this POP 2.5 Task 5Pastoral Care Visits to SHUOnce per Week 2.6 Task 6Pastoral CounselingTen (10) per Week 2.7 Task 7Penance / Reconciliation ServicesTwo (2) for this POP QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) FOR CATHOLIC SERVICES 1. PURPOSE. This QASP is a Government developed and applied document used to ensure that the Contractor performs all requirements of the Contract/Order, that the Government receives quality services, and that the Government pays only for services actually provided. The QASP provides a systematic method to evaluate the services the contractor is required to furnish. 2. SCOPE. The Contractor is responsible for management and quality control necessary to perform the required services. The QASP provides for the Governments oversight of the Contractors quality control efforts to assure timely, responsive services are provided IAW the Contract/Order. The contractor is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is to perform quality assurance to ensure contract standards are achieved. 3. ROLES AND RESPONSIBILITIES. Contracting Officer (KO): A duly appointed individual with the authority to enter into, administer and terminate contracts on behalf of the Government. Only the KO can legally commit the Government and, as the Governments agent, modify the Contract/Order. The KO is the final authority for determining adequacy of the Contractors performance. KO decisions arising under or relating to the contact are final. The KO has not appointed a Contracting Officers Representative (COR); the function is retained. The KO will ensure performance of all necessary services. A Technical Point of Contact (TPOC) in the requiring activity will support the KO by ensuring services are provided IAW the Contract/Order. The TPOC must advise the KO of any/all performance deficiencies. Technical Point of Contact (TPOC): A government employee designated by the requiring activity to provide oversight of the Contractors performance and to accept services on the activitys behalf. 4. METHODS OF SURVEILLANCE. Simplified methods of surveillance will be used by the Government to evaluate contractor performance. The primary methods of surveillance are periodic assessments of service and/or customer feedback. Periodic Assessment of Services Periodic assessment of services will be conducted. For services which occur over a number of months, the TPOC will evaluate services on a monthly basis and upon completion of the services. Customer Feedback Customer feedback is typically obtained via telephone or email. Telephonic customer complaints must be followed up in writing/email. To be considered valid, the customer complaint must clearly articulate the nature of the complaint, time, date, etc. The TPOC will investigate the complaint; if determined valid, the TPOC will advise the KO to notify the Contractor of the deficiency. Copies of valid complaints and the resolution must be retained in the official contract file. 5. QUALITY ASSURANCE (QA) SURVEILLANCE TASKS. a. The TPOC will evaluate and assess the contractors performance measured against contract performance standards as defined in the PWS, and will ensure all services of the Contract/Order are properly performed. b. The TPOC will immediately report any noted deficiencies to the KO to include date, type of deficiency, and the KO will request corrective action from the Contractor. c. The TPOC will re-examine services that were found deficient. Failure to complete corrective actions will be reported immediately to the KO for further action. d. Upon satisfactory completion of the work, the TPOC will accept the services provided and authorize payment, by approving the Contractors invoice in Wide Area Workflow. 8. DOCUMENTATION. Based on the low dollar value and the low complexity and/or duration of the Contract/Order, documentation will be kept to a minimum. No documentation is expected when services are provided IAW the Contract/Order. It is not uncommon for a low dollar value and low complexity and/or duration service to be performed without any remedial actions required by the Government. In such cases, only approval of the invoice is required, signifying satisfactory completion of the Contract/Order. Should performance problems be encountered, documentation is required, to include, notes of surveillance, notification to the Contractor of performance problems, and re-examination/final resolution. The TPOC must forward any records they maintained to the KO after accepting the Contractors services for use in the event of a future contract claim/dispute EXECUTIVE LEVEL AGENCY PROTEST Local Clause 5152.233-4000, AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/24cf4e2a0852b411ee323805106e6c00)
- Place of Performance
- Address: Fort Leavenworth DOC (W91AF4) 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Zip Code: 66027-1417
- Record
- SN02051256-W 20100129/100127234316-24cf4e2a0852b411ee323805106e6c00 (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 |