SOLICITATION NOTICE
G -- Gospel Music Director - Performance Work Statement
- Notice Date
- 8/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 711130
— Musical Groups and Artists
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-15-T-3004
- Archive Date
- 9/30/2015
- Point of Contact
- Cathryn Bradley, Phone: 8508820346, Ronald J. Wilson, Phone: 8508823466
- E-Mail Address
-
cathryn.bradley.2@us.af.mil, ronald.wilson.22@us.af.mil
(cathryn.bradley.2@us.af.mil, ronald.wilson.22@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida, intends to solicit and award a firm-fixed price contract for a Gospel Music Director for a 1 year base period plus three (3) annual options. This is a combined synopsis/solicitation for a commercial purchase prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is Request for Quotation numbered FA2823-15-T-3004. The North American Industry Classification System (NAICS) code for this acquisition is 711130 with a size standard of $11.0 million. Please identify your business size in your response based upon this standard. This acquisition is 100% set-aside for Small Business concerns. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of the technical, and price aspects of the offer. Options- The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 1. Requirement: The contractor shall provide non-personal services as the Gospel Music Director for the Eglin Air Force Base Community; to direct all Gospel congregational and choral singing during weekly practices, worship services, and when available for special services (i.e. weddings, funerals, Christmas Eve Services, etc.) in accordance with the attached Performance Work Statement. Places of performance are normally building 2574 West Gate Chapel and Building 868, Chapel Center, Eglin Air Force Base, Florida. Other venues on Eglin may be required for special services. Offerors shall provide pricing for the following CLINs: Contractor will provide Gospel Music Director services to include weekly rehearsals, two worship services per month, and special services with rehearsals IAW the Performance Work Statement. Description Qty Unit of Issue Unit Price Ext. Price CLIN 0001 Base Year 52 Week $_________ $________ CLIN 1001 Option Year 1 52 Week $_________ $________ CLIN 2001 Option Year 2 52 Week $_________ $________ CLIN 3001 Option Year 2 52 Week $_________ $________ 2. Technical Requirement Proposal Submission Requirements: Offerors shall provide a Résumé, and Transcripts showing a Baccalaureate degree in music and/or related field, or four years' experience playing, directing and/or working with gospel choirs and music, and two positive references showing experience directing Gospel worship congregation and choral singing. Submit as either a MS Word (.doc) or Adobe Portable Document Format (.pdf) file. 3. Clauses and Provisions: The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-83 effective 3 August 2015. The following provisions and clauses are applicable: •· FAR 52.204-7, System for Award Management (P); •· FAR 52.204-13, System for Award Management Maintenance (C); •· FAR 52.212-1, Instructions to Offerors - Commercial •· FAR 52.212-3, Alternate I, Offeror Representations and Certifications: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. •· FAR 52.212-4, Contract Terms and Conditions - Commercial Items •· FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The following clauses cited within this clause are applicable: Ø FAR 52.219-6, Notice of Total Small Business Set-Aside; Ø FAR 52.219-28, Post-Award Small Business Program Rerepresentation; Ø FAR 52.222-3, Convict Labor; Ø FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; Ø FAR 52.222-21, Prohibition of Segregated Facilities; Ø FAR 52.222-26, Equal Opportunity; Ø FAR 52.222-36, Affirmative Action for Workers With Disabilities; Ø FAR 52.222-50, Combating Trafficking in Persons; Ø FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; Ø FAR 52.225-13, Restrictions on Certain Foreign Purchases; Ø FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management ; Ø FAR 52.222-41, Service Contract Labor Standards; Ø FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; Ø FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts); Ø FAR 52.222-55, Minimum Wages Under Executive Order 13658 •· FAR 52.232-18, Availability of Funds •· FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors •· FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation •· FAR 52.247-34, F.O.B Destination •· FAR 52.252-2, Clauses Incorporated by Reference : http://farsite.hill.af.mil/ ; •· DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials •· DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights •· DFARS 252.204-7003, Control of Government Personnel Work Product •· DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A •· DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information •· DFARS 252.223-7008, Prohibition of Hexavalent Chromium •· DFARS 252.225-7001- Buy American Act and Balance of Payments Program; •· DFARS 252.225-7002, Qualifying Country Sources as Subcontractors •· DFARS 252.232-7003, Electronic Submission of Payment Requests; •· DFARS 252.232-7010, Levies on Contract Payments •· DFARS 252.244-7000, Subcontracts for Commercial Items •· DFARS 252.247-7023, Transportation of Supplies by Sea; •· AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; •· FAR 52.217-9, Option to Extend the Term of the Contract; (a) The Government may extend the term of this contract by written notice to the Contractor within 10-days of contract expiration ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least15-days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4-years. (End of Clause) •· AFFARS 5352.201-9101, Ombudsman (C): (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, the interested party may contact the ombudsman, Col Todd M. Copeland, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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); •· AFFARS 5352.223-9001, Health and Safety on Government Installations; (a) In performing work under this contract on a Government installation, the contractor shall: (1) 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 (2) 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) •· 5352.242-9001 COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (NOV 2012) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. 4. Questions and Answers: All questions must be presented in writing to the points of contacts listed in this solicitation no later than 5 calendar days prior to the date offer are due. Any questions submitted after this deadline may not be answered. All questions and subsequent answers will be posted to www.fbo.gov under this solicitation number. Contractors are responsible for monitoring www.fbo.gov for updates. 5. Vendors must be registered in the System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 03:00 P.M., Central Standard Time, on 15 September 2015. Offerors shall send their offer via email to Cathryn Bradley at cathryn.bradley.2@us.af.mil and Mr. Ron Wilson at ronald.wilson.22@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7de3fc531c7d7c24dd832ff1706d3518)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03856760-W 20150828/150826235713-7de3fc531c7d7c24dd832ff1706d3518 (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 |