MODIFICATION
U -- Professional Clinician/Accompanist Services - Jazz Festival - Amendment 1
- Notice Date
- 10/26/2010
- Notice Type
- Modification/Amendment
- NAICS
- 711130
— Musical Groups and Artists
- Contracting Office
- Other Defense Agencies, Department of Defense Education Activity, DoDEA Pacific Procurement Office (DPPO), Unit 35007, APO, 96376-5007
- ZIP Code
- 96376-5007
- Solicitation Number
- HE1260-0250-1003
- Archive Date
- 11/12/2010
- Point of Contact
- Sheila Riley, Phone: 6445885
- E-Mail Address
-
sheila.riley@pac.dodea.edu
(sheila.riley@pac.dodea.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- Revised Performance Work Statement - Correction to Paragraph 7.0. This Amendment corrects paragraph 7.0 of the Performance Work Statement (see revised PWS attached) and extends the response date to 28 Oct 2010, 4:00pm Pacific Time. This is a posting for commercial items prepared in accordance with the format 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. This solicitation, reference number HE1260-0250-1003, is issued as a Request for Quotation (RFQ). This procurement is being solicited as a total small business set-aside. For informational purposes, the NAICS code is 711130, SIC 7929, Size Standard: $5.0 Mil. Description of Requirement: Professional Clinician/Accompanist Services for DoDEA Pacific Jazz Festival hired to work with the students and provide the essential baseline knowledge in their discipline to inspire, jumpstart and support students and DoDEA teachers on their creative journey. This requirement is a request for professional instructor services with experience as Specific Jazz Choir Accompanist and/or Specific Professional Jazz Clinician. The period of performance is (November 13-19, 2010). The place of performance is in Tumon, Guam. Contract Line Item Numbers (CLINs): CLIN 0001: Professional Instructor Services - Jazz Festival. The contractor shall provide all resources including personnel, management, supplies, services, materials, equipment, and transportation necessary to provide professional clinician/accompanist services with hands-on practical application in their respective discipline IAW the Performance Work Statement (Attachment 1). Quantity: 1, Unit: Lump Sum. (Firm-Fixed Price) Note: The firm-fixed price above may include, but not limited to Professional Clinician/Accompanist fee, any travel costs, meals, lodging or other incidental costs related to performance or services requested for this requirement. Provisions and Clauses: The following provisions and clauses apply to this acquisition. FAR 52.212-1 Instruction to Offerors - Commercial Items (June 2008) FAR 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: Technical Capability to meet the Government requirement in accordance with attached Performance Work Statement; Past Performance; and Price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009). The contractor must include a completed copy of this provision with their quote. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010) The following are applicable and is cited in the above clause: FAR 52-219-6 Notice of Total Small Business Set-Aside FAR 52.222-50 Combat Trafficking in Persons FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract FAR 52.232-18 Availability of Funds. FAR 52.252-2 Clauses Incorporated By Reference ( http://www.arnet.gov/far or http://farsite.hill.af.mil ) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) DFAR 52.203-3 Gratuities DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFAR 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFAR 252.222-7002 Compliance With Local Labor Laws (Overseas) DFAR 252.225-7041 Correspondence in English DFAR 252.232-7010 Levies on Contract Payments DFAR 252.233-7001 Choice of Law (Overseas) Clauses may be accessed electronically in full text through http://www.arnet.gov/far or http://farsite.hill.af.mil. All contractors/instructors must actively be registered with the Central Contractor Registration (CCR) (website: https://www.bpn.gov/ccr/ or https://www.ccr.gov/ ). Representations and Certifications (as per FAR 52.212-3) may be accomplished online via the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov. QUOTE SUBMISSION REQUIREMENTS: 1. A résumé of the proposed professional instructor(s). a. Full Name, Address, Phone Extension, and E-mail Address b. Chronological work experience that substantiates the skills and service(s) being quoted c. A minimum of three (3) professional references from professional colleagues familiar with the professional instructor's work and professional reputation Note: A sample of Work shall be made available upon request 2. A criminal background check from the state, local or national government of the proposed professional instructor's current residence. Must be translated into English, if applicable. 3. Two letters of reference from previous clients/employers in the same field as the professional instructor. 4. Other items that support the professional instructor's professional portfolio. (e. g. transcripts indicating a degree in a specific discipline, etc.) 5. Any materials/requirements placed upon DoDEA-Pacific participating students shall be identified. 6. Professional Instructor Fee: Quote shall include a Firm-Fixed Lump Sum price to include but not limited to Fee for professional instructor service, travel costs, meals, lodging or other incidental costs related to performance or services requested for this requirement. Reference CLIN 0001 above. 7. Offeror' Representations and Certifications as per FAR 52.212-3. AWARD PROCESS: The Government expects to award 1 or more firm-fixed price commercial purchase order(s) resulting from this combined synopsis/solicitation to the responsible offeror(s) whose quote(s) represents the best value based on technical capability, past performance, and price. Proposal evaluation(s) and award(s) for this acquisition will apply a streamlined approach conducted pursuant to FAR 12.602 and FAR 13.106-2. ATTACHMENT: Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/FPOAP/HE1260-0250-1003/listing.html)
- Place of Performance
- Address: Hyatt Regency Guam, 1155 Pale San Vitores Road, Tumon, Guam, Micronesia 96913-4206, Tumon, Guam, 96913, United States
- Zip Code: 96913
- Zip Code: 96913
- Record
- SN02317329-W 20101028/101026234223-c87c80167dfa804edc969e62077fa773 (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 |