Federal Bid

Last Updated on 04 Dec 2010 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Protestant Service Organist

Solicitation ID FA4800-10-SMD-0006
Posted Date 18 Nov 2010 at 2 PM
Archive Date 04 Dec 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4800 633 Cons Pkp
Agency Department Of Defense
Location United states

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.THIS REQUIREMENT IS SUBJECT TO THE AVAILIBILITY OF FUNDS CLAUSE FAR 52.232-18 AND FAR 52.232-19 (APRIL 1984). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-10-SMD-0006. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This is a unrestricted requirement. The associated NAICS code is 711130 with a $7 million size standard. This RFQ contains 1 line item. The line item description is as follows:

CLIN 0001: Protestant Service Organist
Period of Performance: 01 Dec 2010 - 31 Nov 30 2011
CLIN 1001: Option Year 1, Protestant Service Organist
Period of Performance: 01 Dec 2011 - 31 Nov 30 2012
CLIN 2001: Option Year 2, Protestant Service Organist
Period of Performance: 01 Dec 2012 - 31 Nov 30 2013
CLIN 3001: Option Year 3, Protestant Service Organist
Period of Performance: 01 Dec 2013 - 31 Nov 30 2014
CLIN 4001: Option Year 4, Protestant Service Organist
Period of Performance: 01 Dec 2014 - 31 Nov 30 2015

 

Service Description:
The Contractor shall provide musical direction and leadership for the 0900 Protestant Contemporary Service at Regimental Chapel Next, Fort Eustis.The required Period of Performance is a base plus four option years starting December 1, 2010.

PROVISIONS/CLAUSES:
THE AVAILIBILITY OF FUNDS CLAUSE FAR 52.232-18 AND FAR 52.232-19 (APRIL 1984). The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Shea DeGruy. at 633D CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088.

EVALUATION OF QUOTATIONS/OFFERS:
Quotes/offers will be evaluated IAW FAR 52.212-2. Evaluation will be a "Best Value" determination with Technical, Past Performance, and Price all being factors. Technical and Past Performance will be pass/fail based on compliance with the Statement of Work. . Past Performance is deemed relevant and recent if it involves Musical leadership and playing within the past three years. Offerors determined technically acceptable will be asked to perform an audition in front of a panel at the chapel at a later specified date. Specific times will be arranged after receipt of quotation. Required musical pieces and rating criteria for this audition will be given to those judged technically acceptable. Quotes must be signed, dated and submitted by December 19, 2010, 2:00pm, Eastern Standard Time (EST) to the 633D Contracting Squadron/LGCA, Attn:Shea DeGruy, Contract Administrator, Commercial Phone 757-764-2926, Fax 757-225-7447, E-mail [email protected], All contractors must be registered in ORCA ,https://orca.bpn.gov/, and Central Contractor Registration, http://www.ccr.gov, database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost.
POINT OF CONTACT
Shea DeGruy Contract Administrator, Phone 757-764-2926, Fax 757-225-7447, [email protected]
Email your questions to Shea DeGruy at [email protected]

 

 

Bid Protests Not Available

Similar Past Bids

Capitol Montana 18 Aug 2011 at 2 PM
Camp Arkansas 03 May 2019 at 5 AM
Fort bliss Texas 18 Sep 2013 at 3 PM
Carlisle Pennsylvania 28 Aug 2009 at 6 PM
Quantico Virginia 03 Jul 2017 at 9 PM

Similar Opportunities

Malmstrom air force base Montana 07 Jul 2025 at 6 PM
Columbus Ohio 15 Jul 2025 at 4 AM
Pennsylvania 31 Dec 2099 at 5 AM