Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
MODIFICATION

99 -- Protestant Musician - Statement of Work - Questionaire - Wage Determination - Bid Schedule - 2 July

Notice Date
7/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F0012096A002
 
Archive Date
8/2/2012
 
Point of Contact
Gwendolyn F Lewis, Phone: 850-884-3269, David P. Jesmain, Phone: 850-884-3262
 
E-Mail Address
gwendolyn.lewis@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(gwendolyn.lewis@hurlburt.af.mil, david.jesmain@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule - 2 July Wage Determination Questionaire Statement of Work This is an AMENDMENT (Amendment 1) to the combined synopsis/soliciatation for Solicitation Number F2F0012096A002 to change the current Bid Schedule to the revised Bid Schedule dated 2 July and extend the response date to 18 July 2012. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number F2F0012096A002 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, effective 18 May 2012. This acquisition is 100% set-aside for Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 711130, and Standard Industrial Classification (SIC) code 7929. The Size Standard for NAICS 711130 is $7M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: - Contract Line Item (CLIN) 0001, Protestant Worship Service Music (2 Sunday services) as defined in the Statement of Work. This requirement is for a 4 month Base Period with four (4) one-year option periods (12 Months each). - Contract Line Item (CLIN) 0002, Protestant Worship Service Rehearsals (2Weekly) as defined in the Statement of Work. - Contract Line Item (CLIN) 0003, Protestant Youth and Adult Choir Services/Rehearsals (4 Monthly) Service and Rehearsal Music as defined in the Statement of Work. - Contract Line Item(CLIN) 0004, Chapel Special Services/Rehearsals as defined in the Statement of Work. Delivery Terms are FOB Destination for delivery to 1 SOW/HC Chapel, 210 Cody Ave, Hurlburt Field, Florida 32544-5305. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Ms. Gwendolyn Lewis, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 18 July 2012, 4:30 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F0012096A002. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The Government will award a FFP contract to the technically-acceptable and responsible offeror that provides the best value to the Government. FAR 13.106 (a) (2) Technical acceptability will be determined by a brief audition, resume review and of the following documents to be submitted with the contractor's offer: 1. The Audition shall be conducted within 10 days of the issuance of the solicitation. All auditions shall be conducted on the same day and shall be used to determine the techincal capability of the offeror to read music and play the organ and piano. Each audition shall be 5-7 minutes in length. The same three (3) songs shall be provided by the Government to each offeror. 2. A resume including academic and music-related references shall be provided and must show at a minimum, one (1) year experience in the performance and/ or accompaniment of music in the Protestant Church or another church with a similar liturgical tradition. 3. Responses to Questionnaire (Attachment b) - Questionnaire shall further indicate the individual's experience to conform with the above and all other requirements listed in the SOW. 5. A completed Offer Schedule (Attachment d) 6. A Signed Statement of Understanding IAW SOW paragraph 1.2.1.1., stating the individual is able to work flexible hours due to possible variances of schedule or special events/activities 7. A Signed Statement of Understanding IAW SOW paragraph 1.2.1.2., stating the individual has no derogatory information which will preclude them from passing a background security check. (e.g. criminal convictions.) Failure to provide all required information for the specific contract employee who will provide the services in the event of an offeror being a business entity with more than one employee, or for the actual sole proprietor, shall render the offeror not technically acceptable and ineligible for award. Subsequently, if information is submitted for a contract employee but the contract employee is not able to take the position upon or after award, the contractor shall be considered not technically acceptable and ineligible for award and the award shall not be made to the contractor or the award terminated. The individual and company shall be determined technically acceptable and available for consideration of award only if items 2 through 7 above are received with the offer, the minimum qualifications are met for each of these items, and the offeror proves their technical capability during the audition. References identified in the resume may be contacted for additional information. Failure to adequately show the required experience or level of experience shall render the offeror not technically acceptable and ineligible for award. If you have questions, please submit in writing no later than 1300 Central Time, 3 July 2012. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: 52.203-3 -- Gratuities. 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209- 6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-9 -- Updates of Publicly Available Information Regarding Responsibility Matters. 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations 52.217-5 -- Evaluation of Options. 52.219-6 -- Notice of Total Small Business Set-Aside. 52.219-8 -- Utilization of Small Business Concerns. 52.219-13 -- Notice of Set-Aside of Orders. 52.219-14 -- Limitations on Subcontracting. 52.219-28 -- Post-Award Small Business Program Representation. 52.222-3 -- Convict Labor. 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies. 52.222-50 -- Combating Trafficking in Persons. 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.232-18 -- Availability of Funds. 52.233-4 -- Applicable Law for Breach of Contract Claim. 252.203-7003--Agency Office of the Inspector General 252.203-7005--Representation Relating to Compensation of Former DoD Officials. 252.204-7011--Alternative Line Item Structure. 252.209-7001--Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.211-7003--Item Identification and Valuation FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (Deviation) also apply to this Request for Proposal. This combined synopsis/solicitation includes option periods which may or may not be exercised, FAR 52.217-8 Option to Extend Services and 52.217-9, Option to Extend the Term of the Contract (Mar 2000) shall be incorporated in any resultant award. FAR 52.212-3, Offeror Representations and Certifications (Apr 2012) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) and 252.247-7023, Transportation of Supplies by Sea, Alt III. 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.209-9001 Potential Organizational Conflict of Interest (INTERIM CHANGE: See Policy Memo 10-C-15) 5352.223-9001 Health and Safety on Government Installations As prescribed in 5323.9001, insert the following clause in solicitations and contracts: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Point of contact is Ms. Gwendolyn Lewis, Contract Specialist, Phone (850) 884-3269, email: gwendolyn.lewis@hurlburt.af.mil; David P. Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: a. Statement of Work, dated 18 April 2012 b. Contractor Current/Past Performance Questionnaire c. Wage Determination 05-3033, (Rev. -12), dated 13 June 2012 d. Bid Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F0012096A002/listing.html)
 
Place of Performance
Address: 1 SOW/HC Chapel, Hurlburt Field, FL 32544, United States, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN02791629-W 20120704/120702234552-e603a24c84038512193091ed5b032d84 (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.