Federal Bid

Last Updated on 26 Sep 2015 at 9 AM
Combined Synopsis/Solicitation
Davis West virginia

DMAFB Roman Catholic Priest

Solicitation ID FA4877-15-Q-0297
Posted Date 06 Aug 2015 at 10 PM
Archive Date 26 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4877 355 Cons Pk
Agency Department Of Defense
Location Davis West virginia United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. Additionally, the Government will utilize simplified procedures in accordance with Subpart 13.5. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA4877-15-Q-0297 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-83, Defense Circular Number 20150626, and Air Force Acquisition Circular 2015-0406. The Associated North American Industrial Classification Standard (NAICS) code for this request is 813110 with a size standard of $7.5M. The results of this requirement will be a firm fixed priced (FFP) contract plus four (4) Options with a Small Business Set-Aside.

The resulting contract will consist of a base period and four (4) option periods; with a six (6) month extension period, if required. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. IAW the PWS, the contractor shall provide the following Contract Line Item Number (CLIN):

CLIN 0001 Roman Catholic Priest (30 Sep 2015 - 29 Sep 2016)
Qty: 12 Months
CLIN 0002 Travel (30 Sep 2015 - 29 Sep 2016)
Qty: 100 Miles
FOB Destination - DMAFB Base Chapel

CLIN 1001 Roman Catholic Priest (30 Sep 2016 - 29 Sep 2017)
Qty: 12 Months
CLIN 1002 Travel (30 Sep 2016 - 29 Sep 2017)
Qty: 100 Miles
FOB Destination - DMAFB Base Chapel

CLIN 2001 Roman Catholic Priest (30 Sep 2017 - 29 Sep 2018)
Qty: 12 Months
CLIN 2002 Travel (30 Sep 2017 - 29 Sep 2018)
Qty: 100 Miles
FOB Destination - DMAFB Base Chapel

CLIN 3001 Roman Catholic Priest (30 Sep 2018 - 29 Sep 2019)
Qty: 12 Months
CLIN 3002 Travel (30 Sep 2018 - 29 Sep 2019)
Qty: 100 Miles
FOB Destination - DMAFB Base Chapel

CLIN 4001 Roman Catholic Priest (30 Sep 2019 - 29 Sep 2020)
Qty: 12 Months
CLIN 4002 Travel (30 Sep 2019 - 29 Sep 2020)
Qty: 100 Miles
FOB Destination - DMAFB Base Chapel

CLIN 5001 Roman Catholic Priest (30 Sep 2020 - 29 Mar 2021)
Qty: 6 Months Extension IAW 52.217-8
CLIN 5002 Travel
Qty: 50 Miles
FOB Destination - DMAFB Base Chapel
(30 Sep 2020 - 29 Mar 2021)

52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
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
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): http://farsite.hill.af.mil
52.202-1 - Definitions
52.203-3 - Gratuities
52.247-34 -- F.o.b. - Destination - 355 FW/HC Base Chapel
52.203-11 -- Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions
52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights
52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-9 -- Personal Identity Verification of Contractor Personnel
52.204-7 , System for Award Management
52.204-13 , System for Award Management Maintenance
52.209-7 - Information Regarding Responsibility Matters (Jul 2013)
52.212-1 , Instructions to Offeror -- Commercial
ADDENDUM 1 TO FAR 52.212-1
ADDENDUM 1 to FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS
1. In addition to requirement of 52.212-1(b)(4) the offeror shall submit the following additional technical information:
Offer must meet minimum requirements as stated in the Performance Work Statement (PWS). Provide a capability statement of the offered services which will meet or exceed the minimum specifications as prescribed within the PWS.

2. In accordance with the requirement of 52.212-1-(b)(6) price and any discount terms:

The total evaluated price will be inclusive of all CLINs for the 12-month base period, the 4-1 year option periods and the six month extension. The six month extension shall be priced by the offeror, IAW FAR Clause 52.217-8 using the last option year prices (Option Year Four). If the extension is exercised, the price for the current option period will be pro-rated IAW FAR Clause 52.217-8 at the rates specified for that option period.

(a) Insert proposed unit prices in the aforementioned CLIN structure and schedule. The proposal(s) must be submitted for a base year and four (4) option years and the six-month extension. All Position Description Pricing shall be completed on the worksheet in its entirety for consideration for award.
(b) Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 shall be returned along with the proposal.
(End of provision)
52.212-2 , Evaluation -- Commercial Items.
Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
i. Price
Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014)
(a) The Government will award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to offer the lowest price technically acceptable to the Government. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and the offeror's ability to meet the specification CLINS requirements and PWS in of this combined synopsis/solicitation.
(b) Options. To Determine price fair and reasonable, the Government will evaluate offers under FAR Part 12.209 in accordance with FAR 13.106-3, 14.408-2, or Subpart 15.4 as applicable. All elements of the price proposal required in FAR Provision 52.212-1 will be evaluated. Price reasonableness will be determined based on the offeror's total overall price. The total overall price consists of the offeror's base price and all price options (four option years and six month extension). IAW FAR Clause 52.217-8, the six month extension shall be priced by the offeror using the rates proposed for the last option period (option period 4). This calculation will be used in the evaluation of the total overall price. If the extension is exercised, the price for the current option period will be pro-rated IAW FAR Clause 52.217-8 at the rates specified for the option period.

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.

Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)
Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current.
52.212-3 -- Offeror Representations and Certifications -- Commercial Items
Alternate I of 52.212-3
52.212-4, Contract Terms and Conditions -- Commercial Items
52.217-8, Option to Extend Services
Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of Clause)
52.217-9, Option to Extend the Term of the Contract
Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 years and 6 months.
(End of Clause)
52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial
52.203-6 -- Restrictions on Subcontractor Sales to the Government
52.203-6 -- Alternate I (Oct 1995)
52.204-10 , Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6 , Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-1 -- Small Business Program Representations (Oct 2014)
52.219-1 -- Alternate I (May 2014)
52.219-6, Notice of Total Small Business Aside
52.219-14, Limitations on Subcontracting
52.219-28, Post-Award Small Business Program Rerepresentation
52.222-50, Combating Trafficking in Persons
52.232-18, Availability of Funds
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.222-3 , Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-26 , Equal Opportunity
52.222-41, Service Contract Labor Standard
52.222-42, Statement of Equivalent Rates for Federal Hires
Part Time Roman Catholic Priest - GS-06 $35,526 per year / $16.89 per hour
52.223-18 , Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.
252.203-7000 , Requirements Relating to Compensation of Former DoD Officials
252.204-7004 Alt A, System for Award Management
252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 , Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
5352.242-9000 Contractor Access to Air Force Installations
5352.242-9001 Common Access Cards (CAC) for Contractor Personnel
5352.201-9101 Ombudsman (AUG 2005) - AFICA/KPC (OL-ACC) ombudsman, Mr. Christopher S. Williams, OL KC AFICA 129 Andrews Street, Suite 102, Joint Base Langley-Eustis VA 23665-2769, Phone: (757) 764-6512, Fax: (757) 764-4400, email: [email protected].
Department Of Labor Wage Determination
WAGE DETERMINATION
IAW Title 29 C.F.R Part 4, Section 4.6(d), the contractor is required to pay no less than the Federal minimum wage.
Local Information: DM006 , Individual Access to DM with a Criminal Background; DM010 , Illegal Immigrants; DM017 , Davis Monthan AFB Marijuana Policy apply to this (see attached), DM019 , Contractor Manpower Reporting

DM011 - Contracting Officer Notification of Federal Funding Accountability and Transparency Act Subaward Reporting System (FSRS)
As of March 1, 2011, upon the Federal Acquisition Regulation Clause 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards being included in contracts, prime contractors are required to report all newly awarded subcontracts valued at $25,000 or more where the prime contract amount is valued at $25,000 or more.
The prime contractor is required to report 1) First-tier subcontract awards valued at $25,000 and 2) the names and total compensation of each of the five most highly compensated executives for both the prime and their first tier subcontractors. The FSRS website can be found at www.FSRS.gov.
The Contracting Officer is responsible to "review" the information priovided in FSRS. The prime contractor shall notify the Contracting Officer after submission of the report via email at [email protected].


Any questions pertaining to this acquisition shall be asked no later than Tuesday, 25 August 2015, 10:00 AM, Local Arizona Time. Questions shall be sent to SSgt Geoffrey Janavaris via email at [email protected] and SrA Angel Hill via email at [email protected] or fax at (520) 228-5284.

It is the responsibility of the offeror to view the website for any changes or amendments to this RFP. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Friday, 11 September 2015, 10:00 AM, Local Arizona Time. Points of Contact are: SSgt Geoffrey Janavaris at email [email protected], phone: (520) 228-5478 and SrA Angel Hill via email at [email protected], phone: (520) 228-2214.

 

Bid Protests Not Available

Similar Past Bids

Davis West virginia 10 Sep 2010 at 11 PM
Davis West virginia 01 Feb 2016 at 6 PM
Location Unknown 20 Feb 2009 at 12 AM
Davis West virginia 27 Feb 2014 at 10 PM
Davis West virginia 06 Aug 2015 at 4 PM

Similar Opportunities

Yuma Arizona 16 Jul 2025 at 3 PM
Tucson Arizona 14 Jul 2025 at 6 PM
Colville Washington 20 Jul 2025 at 4 AM (estimated)
Pennsylvania 18 Jul 2025 at 4 PM