SOLICITATION NOTICE
R -- Catholic Priest - Performance Work Statement
- Notice Date
- 2/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56ZTN) Garrison Contracting Division, 6001 Combat Drive, Aberdeen Proving Ground, Maryland, 21005-0000, United States
- ZIP Code
- 21005-0000
- Solicitation Number
- PANAPG16P0000061580
- Archive Date
- 3/18/2016
- Point of Contact
- Rogelio D Ordway, Phone: 4438615013
- E-Mail Address
-
rogelio.d.ordway.mil@mail.mil
(rogelio.d.ordway.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS Catholic Priest Updated 28 Jan 2016 The combined synopsis/ solicitation number is PANAPG-16-P-0000 061580 and is being issued as a request for quote (RFQ). This acquisition is in accordance with FAR Subpart 12.6. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-79. The Government contemplates award of a Firm-Fixed Price (FFP) contract for a Catholic Contract Priest, needed to maintain high quality religious services by performing all Roman Catholic worship service, administrative tasks and related events and functions in the Aberdeen Proving Ground and Edgewood Arsenal, Maryland religious communities in accordance with the Archdiocese for the Military Services (AMS) and the attached Performance Work Statement (PWS). This solicitation is set aside exclusively for small business participation. The Associated North America Industry Classification Code (NAICS) is 813110 and the Business Size Standard is $7.5 million dollars. Acceptance and inspection shall be at DESTINATION. Period of Performance: 01 April 2016 - 31 March 2017 Performance of the required service shall be at the Aberdeen Proving Ground Main Chapel, Aberdeen Proving Ground, MD and the Edgewood Main Chapel, Edgewood Arsenal, MD. CLIN 0001: The Aberdeen Proving Ground Religious Support Office (RSO) has a requirement for one (1) Catholic Contract Priest to support mission critical needs to include Weekday Mass, Weekend Mass and other duties as required in accordance with the PWS. Estimated quantity: ten (10) 1.5 hour sessions per month for 12 months (124 sessions annually). CLIN 0002: Sacramental Counseling and Confession services. Estimated quantity: four 1.5 hour sessions per month for 12 months (48 sessions annually). CLIN 0003: Contractor Manpower Reporting - The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via the secure data collection site (i.e. Contract Manpower Reporting Application). The Contractor is required to completely fill in all required data fields using the following web address http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the ECMRA help desk. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Lowest Price Technically Acceptable (LPTA) source selection process will be used. Please refer to the provision at FAR 52.212-2 below for specific details. The following provisions and clauses will be incorporated by reference: 52.203-3 Gratuities 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-7, System for Award Management 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1 Instruction to Offerors 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 (DEVIATION 2013-O0019) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-50 Alt I, Combating Trafficking in Persons 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-- Requirements 52.222-54, Employment Eligibility Verification (JUL 2012) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) 52.223-5 Pollution Prevention and Right to Know Information 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.239-1, Privacy or Security Safeguards 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.204-7004 Alt A System for Award Management Alternate A 252.225-7001 Buy America and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 52.212-2, Evaluation Commercial Items: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) Offeror. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements in accordance with attached PANAPG-16-P-0000 061580 Catholic Priest PWS updated 28 Jan 2016 Attachment 1. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quotation. The following factors shall be used to evaluate offers: Price, Technical Capability, and Past Performance. a. Award will be made on the basis of the lowest evaluated price quotation technically meeting or exceeding the acceptability standards of the required service in accordance with the attached PWS of this solicitation, PANAPG-16-P-0000 061580 Catholic Priest PWS Updated 28 Jan 2016. The Government reserves the right to make an award without discussions. Government reserves the right to award on all or none basis. b. Past performance will also be evaluated. The Offeror must demonstrate that they have experience providing similar services within the last 3 years. The Offeror will provide previous contracts and references to demonstrate their experience. 52.212-3 Offeror Representations and Certifications - Commercial Items: An Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically via https://www.acquistion.gov If an Offeror has not completed the annual representations and certifications electronically at the SAM website, the Offeror shall complete only paragraphs (c) through (o) of this provision at https://www.sam.gov. 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012): (a) Definitions. As used in this clause- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). (Contracting Officer: Insert applicable document type(s). Note: If a ``Combo'' document type is identified but not supportable by the Contractor's business systems, an ``Invoice'' (stand-alone) and ``Receiving Report'' (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (Contracting Officer: Insert inspection and acceptance locations or ``Not applicable.'') (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC W56ZTN Admin DoDAAC W56ZTN Inspect By DoDAAC W4QVAA Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) W4QVAA Service Acceptor (DoDAAC) W4QVAA Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or ``See schedule'' if multiple ship to/acceptance locations apply, or ``Not applicable.'') (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. (Contracting Officer: Insert applicable email addresses or ``Not applicable.'') (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (Contracting Officer: Insert applicable information or ``Not applicable.'') (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC‐LEVEL PROTEST PROGRAM (Aug 2012) ACC‐APG 5152.233‐4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC‐Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel‐Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898‐5000 Phone: (256) 450‐8165 Fax: (256) 450‐8840 E‐mail: amcprotests@conus.army.mil The AMC‐Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC‐Level Protest Procedures. ACC-APG 5152.237-4900, REPORTING OF CONTRACTOR MANPOWER DATA ELEMENTS 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://contractormanpower.army.pentagon.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 subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) 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; (11) Locations where contractor and subcontractors 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); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). 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. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACT AUTHORITY a. Contracting Officer's Authority. The Contracting Officer is the only person authorized to direct changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and solely at the risk of the Contractor. b. Contractor's Authority. (1) The Contractor shall not accept any instructions issued by any person employed by the U.S. Government or otherwise, other than the Contracting Officer, or the Contracting Officer's Representative (COR) acting within the limits of their authority. (2) The Contractor shall not in any way represent that he is a part of the United States Government or that he has the authority to contract or procure supplies for the account of the United States of America. CONTRACTOR ACCESS TO GOVERNMENT INSTALLATIONS The Contractor shall submit, to the Contracting Officer, the names and social security numbers of all employees and/or prospective employees who will require access to a Government installation and/or facility for purposes of this contract. This requirement also applies to the Contractor's subcontractors and suppliers. The Contracting Officer will submit the names and social security numbers to the corresponding installation's Provost Marshal, and the Contractor will be advised if any of the individuals have been barred from the Government installation pursuant to Title 18 U.S.C. Section 1382. Those individuals currently or previously barred from the Government installation will not be allowed to enter or work on the installation. Procedures or policies regarding Contractor access to Government installations and/or facilities may vary somewhat at different installations. If procedures vary, the appropriate procedures will be provided by the Contracting Officer. DENIAL OF ENTRY The Government reserves the right to terminate the entry of any Contractor employee upon disclosure of information which indicates the individual's continued entry to the installation is not in the best interest of national security. Additionally, the violation of or deviation from the established security procedures by contractor employees may result in the confiscation of identification media and the denial of future entry to the installation. Only electronic quotations will be accepted. Quotations must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Garrison Division 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention SSG Rogelio Ordway via email rogelio.d.ordway.mil@mail.mil no later than March 03, 2016 @ 10:00 AM Eastern Time (ET). All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov or at the service desk online at http://www.FSD.gov. For questions concerning this Request for Quotation contact SSG Rogelio Ordway via email rogelio.d.ordway.mil@mail.mil. Please provide any questions no later than March 01, 2016 @ 10:00 AM eastern time (ET). NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f3227ce4f89467480503f3489738cfaf)
- Place of Performance
- Address: Aberdeen Proving Ground Main Chapel, Edgewood Main Chapel, Edgewood Arsenal, MD, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04027357-W 20160224/160222235020-f3227ce4f89467480503f3489738cfaf (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 |