Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2017 FBO #5818
SOLICITATION NOTICE

G -- Praise and Worship Services Music Coordinator - Attachment 1 PWS

Notice Date
10/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#711130 — Musical Groups and Artists
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Hawaii Kaneohe Bay, Box 63063, Kaneohe Bay, Hawaii, 96863-3063, United States
 
ZIP Code
96863-3063
 
Solicitation Number
M00318-18-Q-0002
 
Archive Date
11/15/2017
 
Point of Contact
Steven Takasaki, Phone: 8082575716
 
E-Mail Address
steven.takasaki@usmc.mil
(steven.takasaki@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Praise and Worship Service Music Coordinator The Regional Contracting Office, Marine Corps Base Hawaii (MCBH) has a requirement for a Praise and Worship Service Music Coordinator. A Music Coordinator is required for contemporary Protestant worship services utilizing a Praise Band. Contemporary Protestant worship is ideally young adult centered, and requires a music style in keeping with the requirements for a Praise and Worship Service. The Music Coordinator's role supports and blends the talents of volunteer musicians within a contemporary worship setting. The Contractor shall provide all labor required to perform the technical requirements of the PWS. Serve as music coordinator at one Protestant Community Praise and Worship Service per week. Each religious service shall last approximately one hour. The Contractor shall be on site at least 15 minutes prior and 15 minutes after each service. Serve as director of a weekly Praise Band rehearsal. The rehearsal(s) shall be approximately 1 hour per week and shall be coordinated with the Contracting Officer's Representative (COR) or designee as to the time and location of service. Select appropriate music to be performed each week in consultation with the COR. Recruit and train vocalists and instrumentalists from the congregation. Ideally, the Praise Band shall include at a minimum one guitar, one bass guitar, one drummer, one keyboardist and several singers. Coordinate microphone placement and usage, and be responsible for proper storage of items after the service. Provide and pay for a suitable substitute when unable to provide the services described in this contract and be responsible for the proper training of each substitute. Provide planning and deliver service for special occasions as necessary, to meet religious requirements for religious holidays, seasonal services and other special needs as designated by the COR or designee. The Contractor shall arrive on site at least 15 minutes prior and remain 15 minutes after each special service. This synopsis is prepared in accordance with FAR Part 12, Acquisition of Commercial Items. The provisions and clauses in the Request for Quotations are those in effect through FAC 2005-95. The Request for Quotation (RFQ) number is M00318-18-Q-0002. The anticipated contract will be a Firm Fixed Price Contract. This procurement is a total set-aside for small business concerns or Nonprofit Organizations per DFARS 252.219-7999 (Deviation 2016-O0007). Only quotes submitted by small business concerns or Nonprofit Organizations will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern or Nonprofit Organization will not be considered for award. The North American Industry Classification System Code (NAICS) and the small business size standard for this procurement is 711130 and 11.0 Million respectively. All contractors must be registered in the Systems for Award Management database to be eligible for a Department of Defense contract award. All responsible sources may submit a quotation which shall be considered by the agency. The Government will award a single contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offerors: Award will be made to the lowest priced technically acceptable responsive responsible offeror. In order to be technically acceptable, offerors need to submit or meet at a minimum the following: 1: The offeror shall have at least 2 years of church music experience. 2: The offeror shall have at least 1 year worship team leader experience. 3: The offeror shall submit a Resume demonstrating Offeror's qualifications and technical requirements. 4: Submit at least 2-3 references. Provide the name and number for each reference and a brief description of their association with the offeror. 5: Interested offerors shall be required to participate in an interview/audition at the Marine Corps Base Hawaii Base Chapel. The audition will consist of two un-named songs that the Chaplain will select to be played and one song that the offeror shall select and play. 6: Only offerors who submit a quote will be considered for the audition. The specific date and time of the individual auditions will be determined upon receipt of quotes; however, it is anticipated that the auditions will be held on or about 1 November 2017 and/or 2 November 2017. 7: A signed statement: "I assent to all of the terms and conditions of the RFQ, including the Early Termination Requirements. I understand that if I do not comply with the Early Termination Requirements, the order may be subject to a termination for cause in accordance with FAR 52.212-4(m) and in that case, I will be liable to the Government for all costs associated with the termination." Offerors shall provide the following with their quote: 1. RFQ - M00318-18-Q-0002. 2. Technical documentation in accordance with the evaluation criteria. In accordance with the documentation required per FAR 52.212-2, each offeror's proposed solution shall conform to the minimum requirements specified. 3. A completed Offeror Representations and Certifications (52.212-3). An offeror shall complete only paragraph (j) of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov/portal/SAM/?activationCode=5O0L8iomj4Q5J3d#1. If an offeror has not completed the annual representations and certificates electronically via the SAM website, the offeror shall complete only paragraphs (b) through (i) of this provision. 4. Offerors Information. Offerors shall provide their Tax Identification Number (TIN) and applicable DUNS Number and Cage Code. The RFQ will be available on or about 26 October 2017. Quotations are due no later than 31 October 2017 at 2:00 p.m. HST, to be received at the following e-mail address: steven.takasaki@usmc.mil Direct any questions or concerns in writing to: Steven Takasaki, Contract Specialist, phone: 808-257-5716, facsimile: 808-257-2350 or to the e-mail address specified above. The RFQ can be downloaded from the Federal Business Opportunities site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00318/M00318-18-Q-0002/listing.html)
 
Place of Performance
Address: MCBH Chapel, Building 6677, Kaneohe Bay, Hawaii, 96863-3063, United States
Zip Code: 96863-3063
 
Record
SN04723373-W 20171028/171026230619-7a2bf61200bee5b12683ec98d0b80078 (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.