Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

G -- Catholic Cantor/Song Leader Fort Eustis

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-T-0040
 
Archive Date
9/7/2011
 
Point of Contact
Elizabeth Marston, Fax: 757-225-7443, Saundra Diggs,
 
E-Mail Address
elizabeth.marston@langley.af.mil, saundra.diggs@langley.af.mil
(elizabeth.marston@langley.af.mil, saundra.diggs@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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 solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ: FA4800-11-T-0040. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. This acquisition is 100% set-aside for Small Business. The associated NAICS code is 711130 with a $7 million dollar size standard. This RFQ contains 5 line items. The line item description is as follows: CLIN 0001 : Catholic Cantor Song Leader Period of Performance: 30 Aug 2011- 29 Aug 2012 CLIN 1001 : Catholic Cantor Song Leader Period of Performance: 30 Aug 2012- 29 Aug 2013 CLIN 2001 : Catholic Cantor Song Leader Period of Performance: 30 Aug 2013- 29 Aug 2014 CLIN 3001 : Catholic Cantor Song Leader Period of Performance: 30 Aug 2014- 29 Aug 2015 CLIN 4001 : Catholic Cantor Song Leader Period of Performance: 30 Aug 2015- 29 Aug 2016 Contractor will be expected to provide regular services during Sunday worship service. Rehearsal session will be held prior to each service at a time determined by the contractor with the approval of chapel coordinator. Special services and rehearsals for these services are in addition to the normal weekly work hours. Regular Service -53 each per year Regular Rehearsals- 53 each per year Special Services- 10 each per year Special Rehearsals- 10 each per year STATEMENT OF WORK FOR CATHOLIC CANTOR/SONG LEADER SERVICES IN SUPPORT OF THE CATHOLIC PROGRAM REGIMENTAL MEMORIAL CHAPEL JOINT BASE LANGLEY EUSTIS VA 1.0 SCOPE OF WORK: The contractor shall provide Cantor services for all Catholic worship services to support the missions and responsibilities of the Fort Eustis Regimental Memorial Catholic Chapel Program. 2.0 HOURS/UNITS OF WORK: Contractor services will be provided during Sunday Mass, normally one hour in length. Practice sessions/rehearsals will be held prior to each service at a time to be determined by the catholic priest, with the approval of the Contract Officer. Special services, and practices/rehearsals for those services, are in addition to the normal weekly work units. Regular Service 53 Regular Rehearsals 53 Special Services 10 Special Rehearsals 10 Annual Total 126 3.0 CONTRACTOR GENERAL RESPONSIBILITIES: 3.1 Contractor shall perform for all regularly scheduled Mass, choir rehearsals and additional services as requested by Catholic Chaplain, including, but not limited to, special chapel functions and other special services. 3.2 Follow Fort Eustis operating instructions for use and care of buildings and equipment. 3.3 The Contractor is to coordinate all support requirements with Regimental Memorial Chapel staff and/or the Senior Catholic Chaplain. 4.0 CONTRACTOR SPECIFIC RESPONSIBILITES: 4.1 Under the direction of the Pastor, Minister of Music and/or Choir Director, the contractor is both a singer and a leader of congregational song. Especially when no choir is present, the contractor may sing in alternation or dialogue with the assembly. For example, the contractor may be asked to sing the invocations of the Kyrie, intone the Gloria, lead the short acclamations at the end of the Scripture readings, intone and sing the verse of the Gospel Acclamation, sing the invocations of the Prayer of the Faithful, and lead the singing of the Agnus Dei. 4.2 The contractor will also sing the verses of the psalm or songs that accompany the Entrance, Preparation of the Gifts, and Communion, lead and proclaim the verses of the Responsorial Psalm. Sing as a member of the choir at all other times. 4.3 As a leader of congregational song, take part in singing with the entire gathered assembly. In order to promote the singing of the liturgical assembly, the cantor's voice should not be heard above the congregation. As a transitional practice, the voice of the cantor might need to be amplified to stimulate and lead congregational singing when this is still weak. However, as the congregation finds its voice and sings with increasing confidence, the cantor's voice should correspondingly recede. At times, it may be appropriate to use a modest gesture that invites participation and clearly indicates when the congregation is to begin, but gestures should be used sparingly and only when genuinely needed. 4.4 Contractor should lead the assembly from a place where they can be seen by all without drawing attention from the liturgical action. When, however, a congregation is singing very familiar responses, acclamations, or songs that do not include verses for the cantor alone, the cantor need not be visible. 5.0 EDUCATION, EXPERIENCE, AND OTHER SIGNIFICANT QUALIFICATIONS: 5.1 The contractor must have the ability for singing and a facility in correct pronunciation and diction. As one who proclaims the Word, the psalmist should be able to proclaim the text of the Psalm with clarity, conviction, and sensitivity to the text, the musical setting, and those who are listening. 5.2 Exercises his or her duties from a conveniently located stand, but not from the Ambo. The cantor may dress in an alb or choir robe, but always in clean, presentable, and modest clothing. Cassock and surplice, being clerical attire, are not recommended as vesture for the cantor. 5.3 The contractor must be sensitive to the liturgical needs of the community and be able to collaborate with other members of the music ministry team on music selection, preparation and presentation. 5.4 Must have a minimum of 3 years experience with a Catholic parish or Catholic military chapel program leading congregational singing. 5.5 Understand musical notation and sing melody for musical parts for which the cantor is primarily responsible. Be familiar with other all sung musical parts of the music selected (soprano, alto, bass, tenor, etc). 5.6 Assist with congregational preparation prior to liturgies. 5.7 Unless otherwise requested, provide a demonstration of proficiency in the skills listed above at a 1 hour interview/audition. In addition, candidate should submit a recent CD or DVD that showcases their skills. 5.8 Contractor should have a basic understanding of military protocol and possess the ability to communicate effectively with a diverse population. 6.0 SECURITY REQUIREMENTS: 6.1 Physical Security: Contractor shall be responsible for safeguarding all Government property provided for use. At the end of each workday, ensure Government facility, equipment and materials are secure. 6.2 Pass and Identification: Contractor shall obtain and display all Government and contractor identification as required. Contractor shall return all Government issued identification and vehicle passes at contract expiration or termination thereof. 6.3 Traffic Laws, Weapons, Firearms and Ammunition: Contractor shall comply with all base traffic regulations. Contractor is prohibited from possessing weapons, firearms, or ammunition on themselves or within their privately owned vehicle while on Fort Eustis. 6.4 Key Control: Contractor shall safeguard and ensure Government furnished keys are not lost, misplaced, or used by unauthorized individuals. Contractor shall not duplicate any Government-furnished key and shall report immediately to the Parish Coordinator lost key(s) not later than the next workday. 6.5 The Contractor must have the proper criminal history background checks before receiving the contract to include the National Agency Check Investigation (NACI) and a State Criminal History Repositories (SCHR) and an Installation Records Check which includes Medical Records check and Security Police check. Forms to be completed are: 6.5.1 Form 2583 - Installation Files Check 6.5.2 Form 389-2 - National Agency Check 6.5.3 State Criminal History Repositories Check 7.0 GOVERNMENT FURNISHED EQUIPMENT AND SERVICES: 7.1 The Government shall furnish all equipment (microphones, keyboard, and organ and other associated sound system equipment) necessary for the performance of duties. The Contractor shall be responsible for safeguarding all equipment. 8.0 PRIVACY ACT: 8.1 Work on this contract may require that Contractor have access to Privacy Information. Contractor Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a, and applicable agency rules and guidance. 9.0 PERFORMANCE EVALUATION: The Quality Assurance Evaluator (QAE) for this contract is the 1015 Chaplain Advisor and/or the Senior Protestant Chaplain. The Contractor will consult with the Contracting Officer (Senior Protestant Chaplain) for resolution of problems or questions about this statement of work. 9.1 Contractor will be required to submit monthly invoices to the QAE before payment is made. 9.2 The Contractor may be required to meet with the Quality Assurance Personnel (QAP) and/or the Contracting Officer. Meetings shall be as often as necessary as determined by the Contracting Officer. 10.0 PERIOD OF PERFORMANCE: 10.1 Contract shall terminate five years after the start date of the contract. 10.2 The Government shall have the unilateral right to exercise option periods as specified in the Contract Schedule. 11.0 OTHER ABSENCES: The Contractor shall notify the Contracting Officer or Quality Assurance Evaluator when absences will occur. Contractor will be responsible to insure their contract services will be performed by a substitute of equal or higher proficiency, who is approved in advance by the QAE or Contract Officer. 12.0 DEFINITIONS: 12.1 CONTRACTING OFFICER: A person with authority to enter into, administer, and/or terminate contracts, in addition to making related determinations and findings on behalf of the United States Government. 12.2 QUALITY ASSURANCE PERSONNEL (QAP): A person assigned by the Government to inspect and accept services. End Item Description. FOB point is Destination. The required delivery date is 30 days ADC. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-7, Central Contractor Registration, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2, Clauses Incorporated by reference, FAR 52.252-6, Authorized Deviations in Clauses, FAR 52.217-8, Option to extend Services, FAR 52.217-9 Option to Extend the term of the contract, FAR 52.232-19, Availability of funds. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.232-7003 Electronic Submission of Payment Requests and Receiving Report, 252.243-7001, Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.204-7004, Alternate A, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Team Lead Saundra Diggs (addressed as follows) by obtaining written and dated acknowledgement of receipt from 633rd Contracting Squadron, Attn: Saundra Diggs, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Elizabeth Marston at 633rd CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 23 August 2011, 1000 am, Eastern Standard Time (EST) to the 633rd Contracting Squadron/LGCA, Attn: Elizabeth Marston, Contract Specialist, Fax 757-225-7443, E-mail elizabeth.marston@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Elizabeth Marston, Contract Specialist, Fax 757-764-7443, elizabeth.marston@langley.af.mil Email your questions to Elizabeth Marston at elizabeth.marston@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-T-0040/listing.html)
 
Place of Performance
Address: Fort Eustis, Newport News, Virginia, 23605, United States
Zip Code: 23605
 
Record
SN02525231-W 20110810/110808235012-abb5b4b7e6ec8eeb6d4672f794ca1b3e (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.