SOLICITATION NOTICE
G -- 002 SOCIAL-CHAPLAIN -PIANIST/ORGANIST/CHOIR DIRECTOR FOR PROTESTANT WORSHIP
- Notice Date
- 6/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024415T0162
- Response Due
- 6/30/2015
- Archive Date
- 7/15/2015
- Point of Contact
- RUBY DEINLA 619-556-5662
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-15-T-0162. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 813110 Religious Organizations and the Small Business Standard is $7.5M. This solicitation is issued as 100% Small Business Set Aside. The NAVSUP Fleet Logistics Center San Diego (FLCSD), Regional Contracts Department requests responses from qualified sources capable of providing: CLIN 0001 Protestant Organist Period of Performance 1 Oct 2015 thru 30 Sept 2016 See attached statement of work CLIN 0002 Protestant Organist Period of Performance 1 Oct 2016 thru 30 Sept 2017 See attached statement of work CLIN 0003 Protestant Organist Period of Performance 1 Oct 2017 thru 30 Sept 2018 See attached statement of work CLIN 0004 Protestant Organist Period of Performance 1 Oct 2018 thru 30 Sept 2019 See attached statement of work Place of Performance: NAB and NASNI Coronado Chapels in San Diego, CA 92135. The government intends to make a single award, firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: The following FAR provision and clauses are applicable to this procurement: FAR 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the following clauses applicable to paragraph (b) and (c): 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving. 52.232-33 Payment by Electronic Funds Transfer; 52.204-7 System for Award Management; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.245-1 ALT I Government Property; 52.245-9 Use and Charges. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Additional DFARS contract terms and conditions applicable to this procurement are: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt II Transportation of Supplies by Sea (Apr 2014); 252.232-7010 Levies on Contract Payments; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.243-7001 Pricing of Contract Modifications; 252.203-7998 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015); 252.203-7999 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010)(Feb 2015); and 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013). UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. FAR 52.212-2, Evaluation: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: (i) Ability to meet the requirements (see attached requirements) (ii) Ability to perform per the statement of work (iii) Price The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (i) and Factor (ii), the two non-price factors. (The Government will not, however, provide additional credit for those proposals that may exceed the standards.) Offeror ™s proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate as either ACCEPTABLE or UNACCEPTABLE. Failure to meet the minimum criteria for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum requirements required by Factor (i) will be further evaluated under Factors (ii). Under this factor, the Government will rate the vendor ™s ability to perform per the statement of work as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. Ability to meet the requirements and ability to perform per the statement of work, when combined, are equal to price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror ™s best terms from both a price and technical standpoint. (b) ABILITY TO MEET THE REQUIREMENTS, Factor (i), will be assessed by evaluating the vendor ™s responses to the requirements. Please submit no more than a 2 page Word document, font size 12, double spaced. (c) The Government ™s Statement Of Work (SOW) is attached. Ability to meet the SOW shall be demonstrated by the offeror ™s submission of a Word document that addresses how they will accomplish all applicable objectives, tasks and guidelines. Please submit no more than a 2 page Word document, font size 12, double spaced. A written notice of award or acceptance of an offer mailed or electronically 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. This announcement will close at 5PM PST on 30 June 2015. Submit offers electronically (email) only to Government POC: rubeli.deinla@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Questions regarding this solicitation maybe submitted electronically only NLT 26 June 2015 to the Government POC. System For Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0162/listing.html)
- Place of Performance
- Address: NAB AND NASNI CORONADO CHAPELS,, SAN DIEGO, CA
- Zip Code: 92135
- Zip Code: 92135
- Record
- SN03772861-W 20150625/150623234857-e6a5732d6eaf8bfd662a87847bff8421 (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 |