The RFP Database
New business relationships start here

Catholic Religious Education Coordinator


Hawaii, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

The Regional Contracting Office, Marine Corps Base Hawaii (MCBH) has a requirement for a Catholic Religious Education (CRE) Coordinator. The CRE provides services for the Roman Catholic Religious Education Program in accordance with the mission of the Catholic Director of Religious Education (DRE) (whom is a Roman Catholic Priest/Chaplain). The CRE shall plan, execute and supervise a comprehensive program for the Catholic Religious Education in accordance with the Performance Work Statement (PWS) (See the RFQ).  The total period of performance shall be a one-year base period with two (2) one-year option periods. The Contractor shall provide all labor required to perform the technical requirements of the PWS.  The Contractor shall arrive on site and remain 15 minutes after each class. 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 2005-99.  The Request for Quotation (RFQ) number is M00318-18-Q-0012.  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 252.219-7012. 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 813110 and 7.5 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: A letter of recommendation from a catholic military chaplain or senior pastor stating he/she is an active, practicing member of the catholic community. 2: A resume supporting the offerors' qualifications and technical requirements. 3: A copy of degree or documentation of required experience. 4: A narrative supporting professional knowledge of the tenants of faith of the catholic community and understand the requirements for religious support of children, youth and adults onboard military installations. 5: 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-0012. 2. 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. 3. A completed FAR clauses if not available via the SAM ORCA database FAR clauses 52.209-2 Prohibition on Contracting with inverted Domestic Corporations-Representations and FAR clause 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law. 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 17 July 2018. Quotations are due no later than 23 July 2018 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.


Steven Takasaki, Contract Specialist, Phone 8082575716, Fax 8082572350, Email steven.takasaki@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP