SOLICITATION NOTICE
G -- Roman Catholic Priest
- Notice Date
- 7/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV12T01020
- Response Due
- 8/13/2012
- Archive Date
- 10/12/2012
- Point of Contact
- Valerie DeVeaux, (706) 787-8438
- E-Mail Address
-
Southeast Regional Contracting Office
(valerie.deveaux@us.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. The solicitation number W91YTV-12-T-0102 for purchase request GFEBS 0010157513 is issued as a Request for Quotation (RFQ). This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 813110. Size standard is $7.0 M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Responses due date: ___AUGUST 13, 2012____. The requirements of this solicitation is for Roman Catholic Priest Services for Martin Army Communuity Hospital, Fort Benning, GA. Initial Performance Period: 1 October 2012 through 30 September 2017. Item No. 0001 Roman Catholic Priest Services Weekly Catholic Mass and special services as needed for Martin Army Community Hospital, Fort Benning, GA. Services to be performed IAW Performance Work Statement (PWS). QTY: 60 Each; Unit Price: $___________ Total Amount: $____________ Item No. 0002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Item No. 1001 Roman Catholic Priest Services Weekly Catholic Mass and special services as needed for Martin Army Community Hospital, Fort Benning, GA. Services to be performed IAW Performance Work Statement (PWS). QTY: 60 Each; Unit Price: $___________ Total Amount: $____________ Item No. 1002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Item No. 2001 Roman Catholic Priest Services Weekly Catholic Mass and special services as needed for Martin Army Community Hospital, Fort Benning, GA. Services to be performed IAW Performance Work Statement (PWS). QTY: 60 Each; Unit Price: $___________ Total Amount: $____________ Item No. 2002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Item No. 3001 Roman Catholic Priest Services Weekly Catholic Mass and special services as needed for Martin Army Community Hospital, Fort Benning, GA. Services to be performed IAW Performance Work Statement (PWS). QTY: 60 Each; Unit Price: $___________ Total Amount: $____________ Item No. 3002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Item No. 4001 Roman Catholic Priest Services Weekly Catholic Mass and special services as needed for Martin Army Community Hospital, Fort Benning, GA. Services to be performed IAW Performance Work Statement (PWS). QTY: 60 Each; Unit Price: $___________ Total Amount: $____________ Item No. 4002 Contract Manpower Reporting (CMR). Provide annual CMR report to include the man-hours that will be required to complete this report by 31 October of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 September of each Government fiscal year. This report must be completed by 31 October of each calendar year. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. QTY: 1 EACH Unit Price: $_______________Total Amount: $___________ Place of Performance: Martin Army Community Hospital Bldg 9222 Sante Fe Road Fort Benning, GA 31905 UNITED STATES FAR and DFARS provisions and clauses. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (FEB 2012). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation. See provision 52.252-1 for locations where full text can be obtained. 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: Explain how your company will meet the terms of the solicitation for Roman Catholic Priest services of the items as specified in the solicitation. Prospective contractors shall demonstrate that the service offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. 2. Price. The offeror shall submit pricing for all CLINs identified in the combined synopsis/ solicitation, unless otherwise noted. Pricing will be evaluated to the extent to which it is fair and reasonable in term of services required. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. Offers are due by August 13, 2012, 3:00 PM, Eastern Standard Time. Submit offers via email to Valerie.DeVeaux@us.army.mil, facsimile (706)787-5681 or mail. Contracting Office Address: Southern Region Contracting Office Fort Gordon 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necessary: 52.204-5 - Women-Owned Business Other Than Small Business (MAY 1999). 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (NOV 2011). 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 52.252-6 - Authorized Deviations In Clauses (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 52.204-9 -- Personal Identity Verification of Contractor Personnel (JAN 2011). 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (DEC 2010). 52.212-4 - Contract Terms and Conditions - Commercial Items (Feb 2012). Addendum to 52.212-4 (Local Clause (LC) 5003) (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.219-28 -- Post-Award Small Business Program Representation (APR 2009). 52.222-3 -- Convict Labor (JUN 2003). 52.222-21-- Prohibition of Segregated Facilities (FEB 1999) (EEO). 52-222-26 -- Equal Opportunity (MAR 2007) (EEO). 52.222-36 -- Affirmative Action for Workers with Disabilities (OCT 2010). 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.223-6 - Drug-Free Workplace (MAY 2001). 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010). 52.232-18 - Availability of Funds (APR 1984) (Next FY). 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 52.237-3 - Continuity of Services (JAN 1991). 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 -- Authorized Deviations in Provisions (APR 1984). " DoD FAR Supplement (48 CFR Chapter 2)." 252.201-7000 - Contracting Officer's Representative (DEC 1991). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (SEP 2011). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (JAN 2009). 252.203-7005 - Representation Relating To Compensation Of Former DoD Officials (NOV 2011). 252.204-7000 - Disclosure of Information (DEC 1991). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.232-7010 - Levies on Contract Payments (DEC 2006). 252.243-7001 - Pricing of Contract Modifications (DEC 1991). 252.243-7002 - Requests for Equitable Adjustment (MAR 1998). 52.217-8 - Option to Extend Services (NOV 1999), 30 days before contract expires 52.217-9 - Option to Extend the Term of the Contract (MAR 2000). 60 days before contract expires. 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 252.212-7000 -- Offeror Representations and Certifications--Commercial Items (JUN 2005). 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2011) (DEVIATION). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 2012) (DEVIATION). PERFORMANCE WORK STATEMENT (PWS) ROMAN CATHOLIC PRIEST SERVICES - SUNDAY MASS/HOLY DAYS OF OBLIGATION MARTIN ARMY COMMUNITY HOSPITAL (BMACH) FT. BENNING, GA 1.0General. Scope of Work. To provide Roman Catholic Priest services necessary to complete the mission and objectives of the Martin Army Community Hospital (BMACH), Fort Benning, GA, Roman Catholic chapel program. The Priest shall coordinate and celebrate Sunday Mass and Holy Days of Obligation. 1.1 Specific Tasks. The contractor shall conduct religious services as prescribed herein during the times specified by the BMACH Department of Ministry and Pastoral Care and as a minimum, shall conduct mass following the Missalettes provided by the USAIC Chaplain's office. The contractor shall be accountable for Government property made available during performance of this contract. Due care shall be used while in possession of all Government property to ensure it is returned in its original form and not damaged. The contractor shall request necessary religious/ecclesiastical materials through the BMACH Chaplain in sufficient time to allow the Government to provide materials required for contract performance. The contractor shall accept requests for services only from the BMACH Chaplain's office. 1.2 Performance Measures. The contractor shall provide all personnel, labor, supervision, coordination, and transportation necessary to perform non-personal services as the contract Priest for the Catholic Community who worship at BMACH Chapel on Ft. Benning. The contract Priest shall work independently and shall not be subject to the supervision or control of the Government. 1.2.1 Standards. The contract Priest shall provide Mass at the hospital chapel ensuring that the Catholic program complies with legal and regulatory requirements, and meets parishioner needs. The contractor shall be responsible to ensure that the quality of service provided by this contract meets or exceeds the performance work statement. Provide Masses and other Holy Days of Obligation 95% of the time. 1.2.2 How measured. The Contracting Officer's Representative (COR) will monitor the contract Priest's performance utilizing the verification system in place through the BMACH Chaplain's office. Personnel from BMACH Chaplain's office will visit the services and observe periodic fulfillment of the contract to verify services are conducted in accordance with contract specifications. Observances of services will be employed as a method of identifying problem areas in the quality of service performed before the level of performance becomes unsatisfactory. 1.2.3 Applicable Regulations. AR-165-1, 5-3, 25 March 2004. 1.3 Hours of Performance. The contractor shall provide religious services in support of the hospital chapel, as a minimum: Sunday Mass 1.3.1 The contractor shall conduct other special services/masses on an as-needed basis as coordinated by the BMACH Chaplain. The BMACH Chaplain shall provide the contractor with five (5) days notice when special services/masses are needed. Special services/masses shall be conducted in accordance with the rites of the Roman Catholic Church. 1.3.2 The contractor shall coordinate Mass hours with the BMACH Chaplain or Chaplain's Assistant. Masses are normally scheduled every Sunday, at 1700 hours, for approximately one (1) hour. 1.3.3 The contractor is responsible to arrange for coverage for all contractual requirements in the event of personal illness, vacations, or any other times. The contractor shall provide a qualified alternate Priest who will continue contract performance in his absence, conducting masses and other religious services as required. 1.4 Qualifications. The contract Priest shall possess a Bachelor of Arts or Sciences from an accredited institution and a Master of Divinity or equivalent Theological degree (90 graduate hours); be an ordained member of the Roman Catholic Church; and be ecclesiastically endorsed. 1.4.1 Experience. The contract Priest performing religious services shall possess a minimum of two years practical experience in a local parish or diocese. 1.5 Conflict of Interest. The contract Priest providing services under this contract shall not be a Department of Defense (DoD) employee, military, or civilian, in accordance with the Dual Compensation Act (5 U.S.C. Section 5536). 1.6 Security Requirements. Contractors or any representative of the contractor entering Fort Benning, Georgia shall abide by all security regulations and shall be subject to security checks. 1.6.1 Contract personnel shall not be permitted on the installation when their presence is considered detrimental to the security of the installation. The Government reserves the right to remove from the job site any contract personnel whose continued employment is inconsistent with the interest of military security or who is found to be otherwise impaired. 1.6.2 An Local Records Check shall be conducted by DoD Component personnel at the installation level. 1.7 Government Quality Assessment. The BMACH Chaplain's Office will establish a verification process to ensure that the services are conducted as specified in this performance work statement. Proof of education and experience for contract Priest and alternate contract Priest shall be provided to the COR. 1.8 Clergy Dress. Contract Priest shall be attired in the appropriate dress and accoutrements required by the Roman Catholic Church during performance of all religious services. 1.9 Contractor Representative. The contractor shall provide a point of contact that shall be responsible for coordination of the contract and shall act as the central point of contact with the Government. The name of this person and an alternate, who can act for the contractor when he is absent, shall be designated in writing to the Contracting Officer ten (10) days prior to contract performance period. The contractor representative shall be responsible for the overall management and coordination of the contract with the Contracting Officer and the COR at BMACH. The contractor shall include in the designation letter any limitations on the representative's authority to bind the contractor to changes and /or adjustments in the contract. The contractor shall notify the KO and the COR in writing of any change in the contractor's primary or alternate representative's name and phone number no later than one (1) calendar day prior to change. 2.0 Definitions. 2.1 Religious Services. Those services performed on Sunday and on Holy Days during the Christian Year and other religious ministrations such as confessions/counseling, baptisms, weddings, funeral and memorial services that are performed in accordance with the rites of the Roman Catholic Church. 2.2 Catholic Priest. An ordained Clergyman of the Roman Catholic Church who offers the Sacraments, and is the only person authorized to conduct mass. 2.3 Mass. A religious worship service conducted by a Catholic Priest. Service is performed for approximately one (1) hour on any given day. 2.4 Quality Assurance. Those actions taken by the government to assure that the services received are acceptable in accordance with established standards and requirements of the contract. 2.5 Quality Control. Those actions taken by the contractor to ensure that the services/masses are in accordance with the rites of the Roman Catholic Church and meet the needs of the congregants. 2.6 Verification of Services. The process by which services are monitored and verified by the BMACH Chaplain Assistant assigned to the BMACH chapel and reported to the BMACH Senior Chaplain. 3.0 Government Furnished Property. The Government will furnish and maintain the hospital chapel. The Government will furnish all ecclesiastical equipment and accoutrements for conducting of religious services. The Government will provide personnel responsible for the preparation of the chapel for religious services to include cleaning the chapel before and after the services are conducted. 4.0 Contractor Furnished Items. The contractor shall be responsible for providing Sunday Mass and additional services according to the rites of the Roman Catholic Church and at the time and place specified by the BMACH Chaplain's Office. 5.0 Contractor Manpower Report. Contractor Manpower Report: 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.us.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of contractor and sub-contractor personnel deployed in theater this reporting period (by country). (13) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 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 by 31 October of each calendar year. The contractor shall notify the Contracting Officer's Representative (COR) and the Contracting Officer by the 5th working day of November whether or not they have completed this report. Quality Assurance Surveillance Plan Primary Performance ObjectivePerformance Standard (and AQL)Method of Performance AssessmentMonitoring Method Coordinate and Celebrate Sunday Mass and Holy Days of ObligationProvide 95% of the time - Miss up to two (2) per yearReview of submitted invoices by Surveillance Officer100% Monthly Proper Invoicing of services to governmentSubmitted correctly 95% of the timeReview of submitted invoices by Surveillance Officer100% Monthly
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV12T01020/listing.html)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Zip Code: 30905-5650
- Record
- SN02803394-W 20120715/120714000224-ff9a2b971ad9956834cfc0277644f68f (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 |