MODIFICATION
R -- Catholic Parish Coordinator
- Notice Date
- 5/19/2023 1:02:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- W6QM MICC-FT MOORE FORT MOORE GA 31905-5182 USA
- ZIP Code
- 31905-5182
- Solicitation Number
- W911SF-23-R-0018
- Response Due
- 5/26/2023 8:00:00 AM
- Archive Date
- 06/10/2023
- Point of Contact
- Racheal L. Valdez, Phone: 7065452030
- E-Mail Address
-
racheal.l.valdez.civ@army.mil
(racheal.l.valdez.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined sysnopsis/solicitation (W911SF-23-R-0018) is being issued as a request for proposal (RFP) utilizing a Woman Owned Small Business Set-Aside, and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-02, published February 14, 2023. Description of the Requirement: This is a Non-Personal Services Contract between the Fort Moore Religious Support Office (RSO) and an independent contractor to deliver specific requirements and deliverables to the Fort Moore Catholic Services at the Main Post Chapel (MPC), and The Infantry Chapel (TIC) Annex. The Performance Work Statement defines the requirements/deliverables of the contractor; ensuring the individual free exercise of religion for military personnel, family members, and authorized personnel; a statutory requirement under USC Title X. The Catholic Parish Coordinator will provide confirmation retreats, Catechist training, confirmation and first communion support, line of sight supervision, oversee parish council meetings, oversee inventory and ordering, special events, bulletins, volunteer coordination, keep the Catholic calendar, coordinate publicity, and church correspondence for the Catholic community on Fort Moore. Further details of this requirement can be found on the Performance Work Statement and additional attachments 1-3 included in this publication and will, at a minimum, include the below tasks: � Task 1 � Budget Support � Task 2 � Church correspondence � Task 3 � Publicity coordination � Task 4 - Calendar � Task 5 � Volunteer coordination and appreciation � Task 6 - Bulletins � Task 7 � Special events � Task 8 � Inventory/ Orders � Task 9 � Parish Council Meetings � Task 10 � Provide line of sight supervision (LOSS) � Task 11 � Confirmation and first communion � Task 12 � Catechist training � Task 13 � Confirmation Retreat DELIVERY INFORMATION: Services include One (1) 12-Month Base Period and Three (3) 12-Month Option Periods Period of Performance: 1 June 2023 through 31 May 2027 *See Attachment 2 � Pricing Schedule (CLIN Structure) SOLICITATION PROVISIONS (Provided in Attachment): This solicitation incorporates by reference, with the same force and effect as if they were given in full text. 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. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov CONTRACT CLAUSES(Provided in Attachment): The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.gov FOR OFFERS TO BE CONSIDERED: 1. This requirement will utilize the Lowest Price-Technically Acceptable (LPTA) source selection procedures IAW 15.101-2. Under LPTA, all factors other than cost or price are evaluated on an �acceptable� or �unacceptable� basis. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. *See Attachment 5 � Clauses & Provisions, FAR 52.212-2. 2. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors � Commercial Items. Please include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications � Commerial Items, with your offer. The SF 1449 is not being used so Offerors are to make their submission by providing the items outlined in paragraph 3 in this Combined Synopsis/Solicitation. Offer must ensure the NAIC code is listed in their SAM registration and certification in the FAR report prior to submitting offers. Offers to be received by MICC-Fort Moore no later than (NLT) 11:00 a.m. Eastern Standard Time (EST), Friday, May 26, 2023 via email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil *Offers received via faximili or U.S. Post will not be accepted. Questions are to be submitted by email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil NLT 12:00 PM EST, Tuesday, May, 23 2023. 3. Offer is to consist of the following documents: a. Volume I - Technical Submission: Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately. b. Volume II � Price Submission: Completed Attachment 4 - Pricing Schedule (CLIN Structure). 4. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 5. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) under 813110, Religious Organizations, prior to submitting their proposal will not be considered. Vendors may register with SAM by going to www.sam.gov. Contracting Office Address: MICC-Fort Moore, 6650 Meloy Drive, Suite 250, Fort Moore, GA 31905 Point of Contact: Racheal Valdez, Email: racheal.l.valdez.civ@army.mil, 706-545-2030 or Ms. Shawndra Rhodes, Email: shawndra.n.rhodes.civ@army.mil, 706-545-2274. List of Attachments: Attachment 1 � Performance Work Statement (PWS) Attachment 2 � Pricing Schedule (CLIN Structure) Attachment 3 � Clauses and Provisions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b58984cf8614bd2a42f099d1c1934e8/view)
- Place of Performance
- Address: Fort Moore, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN06688390-F 20230521/230519230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |