Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2017 FBO #5759
SOLICITATION NOTICE

R -- Director of Musician Accompanist to provide inspirational music in support of the Civilian Religious Ministry Provider

Notice Date
8/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711130 — Musical Groups and Artists
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883617Q0343
 
Response Due
8/31/2017
 
Archive Date
9/15/2017
 
Point of Contact
vanessa compton 9045420472
 
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 under the test program for commercial items found at FAR 13.5, 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 (https://www.neco.navy.mil/). The RFQ number is N6883617Q0343. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95-1 and DFARS Publication Notice 20161222. 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 711130 and the Small Business Standard is $11 million. In accordance with SECTION 898 of the National Defense Authorization Act (NDAA) of FY16 and under Secretary of Defense Class Deviation - Religion Related Services Notice of Set-Aside for Small Business Concerns or Nonprofit Organizations - (Deviation 2016-O0007) which states Contracting Officers shall not preclude a nonprofit organization from competing for a contract for religious related services on a military installation, this requirement will be advertised as a 100% SBSA and Non -Profit Organization requirement. The Small Business Office concurs with the set-aside decision. The Fleet Logistics Center Jacksonville requests responses from qualified sources capable of providing: NAS Meridian requires a Music Director of Roman Catholic Services. Line Description Qty Units Rate Price 0001 Worship Services 52 weeks $0.00 $0.00 0002 Special Serv./Events 20 weeks $0.00 $0.00 0003 Rehearsal 52 weeks $0.00 $0.00 1001 Worship Services 52 weeks $0.00 $0.00 1002 Special Serv./Events 20 weeks $0.00 $0.00 1003 Rehearsal 52 weeks $0.00 $0.00 2001 Worship Services 52 weeks $0.00 $0.00 2002 Special Serv./Events 20 weeks $0.00 $0.00 2003 Rehearsal 52 weeks $0.00 $0.00 Total Period of performance is 1 October 2017 to 30 September 2018 with two (2) option years. Delivery Location is NAS Meridian. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management, as prescribed in FAR 4.1105(a)(1) 52.204-9 Personal Identity Verification of Contractor Personnel, as prescribed in FAR 4.1303 52.204-13 System For Award Management Maintenance (Jul 2013) as prescribed in FAR 4.1105(b) 52.204-16 Commercial and Government Entity Code Reporting, as prescribed in FAR 4.1804(a) 52.204-17 Ownership or Control of Offeror, as prescribed in FAR 4.1804(b) 52.204-18 Commercial and Government Entity Code Maintenance, as prescribed in FAR 4.1804(c) 52.204-19 Incorporation by Reference of Representations and Certifications, as prescribed in FAR 4.1202(b) 52.204-20 Prohibition On Contracting With Inverted Domestic Corporations as prescribed in FAR 4.1804(d) 52.209-1Qualification Requirements, as prescribed in FAR 9.206-2 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, as prescribed in FAR 9.108-5(b) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, as prescribed in FAR 9.104-7(d) 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation -- Commercial Items (Oct 2014) 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 52.219-6 Notice Of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor, as prescribed in FAR 22.202 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Equal Opportunity For Workers With Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons, as prescribed in FAR 22.1705(a)(1) 52.222-52 Exemption From Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification (May 2014) as prescribed in FAR 22.1006(e)(4)(i) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements, as prescribed in FAR 22.1006(e)(4) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification (Nov 2011) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management, as prescribed in FAR 32.1110(a)(1) 52.232-39 Unenforceability of Unauthorized Obligations, as prescribed in FAR 32.706-3 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, as prescribed in FAR 32.009-2 52.233-3 Protest After Award 52.252-1Solicitation Provisions Incorporated by Reference, as prescribed in FAR 52.107(a) 52.252-2 Clauses Incorporated by Reference, as prescribed in FAR 52.107(b) Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, as prescribed in DFARS 203.970 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product, as prescribed in DFARS 204.404-70(b) 252.204-7004 Alternate A, System for Award Management, as prescribed in DFARS 204.1105 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, as prescribed in DFARS 204.7304(a) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.225-7048 Export-Controlled Items, as prescribed in DFARS 225.7901-4 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions, as prescribed in DFARS 232.7004(b) 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing of Contract Modifications, as prescribed in DFARS 243.205-70 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea, as prescribed in DFARS 247.574(b) and (b)(1) After the solicitation closing date, the Contracting Officer may require an Offeror to promptly submit information to demonstrate the Offeror is responsible. (See 52.212-2). Quotes shall be e-mailed to Vanessa.d.compton@navy.mil no later than the 9:00 AM EST Thursday, August 31, 2017. Submissions of śLate ť quotes will not be accepted. All proposals delivered in response to this solicitation shall reflect the following on Subject line: a)Solicitation Number: N6883617Q0343 All inquiries and questions shall be emailed no later than 09:00 A.M. EST August 31, 2017. It is the Government ™s intention that questions and responses will be distributed electronically to all Offerors via an amendment(s) to the RFQ. Questions need to include the document name, document date, specific page, paragraph, clause or other definitive citation requiring clarification. Questions received after this date and time will NOT be addressed. PHONE CALLS WILL NOT BE ACCEPTED. Pricing shall be firm-fixed price and inclusive of all labor, material, and consumables required to perform the work listed in the Performance Work Statement and shall be structured in accordance with the line items structure identified in the combined synopsis solicitation. Offerors are hereby notified that the Government may post additional information to the website relating to this solicitation (e.g. responses to questions, amendments, etc.). It is the Offeror ™s responsibility to check the website for any such information. 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): FAR Provisions: http://acquisition.gov/far/ DFARS Provisions: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of Provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) This announcement will close at 9:00 am on 31August 2017. Contact Vanessa Compton who can be emailed at Vanessa.d.compton@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, past performance and qualifications. The quoter shall submit, as part of its quote, a resume for the Catholic Priest that will perform this service. The resume must address the required qualifications and experience. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** Attachment(s): Attachment I- Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9d99409c5039099a276d9a3db11dacd)
 
Record
SN04650149-W 20170830/170828232137-e9d99409c5039099a276d9a3db11dacd (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.