The RFP Database
New business relationships start here

Musician for Liturgical Protestant Worship Service


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

Solicitation Agency Office
W911SG-17-R-0034 Army Contracting Command, MICC


Location
MICC - FT Bliss


Title
Musician for the Liturgical Worship Service


Description(s)


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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


This is a combined synopsis/solicitation for the commercial item of a musician for the Liturgical Protestant Worship service. This combined synopsis/solicitation has been prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. No paper copies of this solicitation will be provided. Solicitation number W911SG-17-R-0034 is being issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This requirement is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this requirement is 711130 with a corresponding Small Business Size standard of 100 employees. The Mission Installation Contracting Command Directorate of Contracting, Fort Bliss, TX 79906 intends to award a firm-fixed price type contract.


Delivery location for the musician is:
Building 315 Pershing Rd
Fort Bliss, Texas 79916


By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) prior to award, during performance, and through final payment of any contract resulting from this RFQ.


This RFQ includes the following attachments:
Attachment 1: Performance Work Statement (PWS)
Attachment 2: CLIN Schedule


Award will be based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2. MICC will make the award based on the technically acceptable proposal with the lowest evaluated price. All responsible Contractors shall provide an offer for the following:


Period of Performance:
Base Year: 1 September 2017 - 31 August 2018
Option Year 1: 1 September 2018 - 31 August 2019
Option Year 2: 1 September 2019 - 31 August 2020
Option Year 3: 1 September 2020 - 31 August 2021
Option Year 4: 1 September 2021 - 31 August 2022
(See attached CLIN Schedule.)


Techniques. Each Offeror is responsible for providing the unit price of each item on the provided document entitled, and CLIN Schedule along with a resume with three (3) work related references that clearly demonstrates the proposed Musician meets the qualifications for this requirement. Additionally, each Offeror shall provide the total price for the total period of performance with adequate breakdown of all price components to include each option, Overhead, General and Administrative Expenses, Profit and any other components that make up the Offerors overall price.


Option to Extend Services will be included in the price evaluation as follow: "As part of price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period."


The full text of FAR provisions or clauses may be accessed electronically at www.farsite.hill.af.mil


The following provisions will be included in the established agreements:
52.212-1 Instructions to Offerors- Commercial Items; 52.212-2 Evaluation - Commercial Items; The Government will award a contract resulting from this solicitation to the responsible offeror whose offeror conforming to the solicitation is determined to be the lowest price technically acceptable (LPTA) proposal with acceptable past performance. The Government may award without discussions, reserving the right to hold discussions if deemed necessary by the Contracting Officer. The following evaluation factors will be used to evaluate offers: Price,
Technical Proposal, and Past Performance. The Government intends to award to the lowest price, technically acceptable responsible offeror with an acceptable past performance rating. The following factors shall be used to evaluate offerors:


Factor 1 - Technical Capability
Factor 2 - Past Performance
Factor 3 - Price


Award shall be made to the lowest priced technically acceptable proposal meeting or exceeding the acceptability standards for non-cost factors. Proposals are evaluated for acceptability but not ranked using the non-cost factors. The best value to the Government will result from the selection of the technically acceptable proposal with the lowest overall evaluated price. The Government will perform price analysis in accordance with FAR 15.404-1(b) Proposal Analysis Techniques. Each Offeror is responsible for providing the unit price of each line item. Additionally each offeror shall provide a resume with three (3) work related references that clearly demonstrates the proposed Musician meets the qualifications for this requirement.


Technical Capability: Proposals will be evaluated for accuracy and completeness as either acceptable or unacceptable. An acceptable rating means that the proposal clearly meets the minimum requirements of the solicitation. A proposal must have no deficiencies to receive an acceptable solicitation. A proposal must have no deficiencies to receive an acceptable rating. An unacceptable rating means that the proposal does not clearly meet the minimum requirements of the solicitation. An unacceptable proposal has one or more deficiencies. Each proposal's technical approach will be evaluated to determine the offeror's ability to successfully read sheet music and be able to lead both rehearsal and worship services weekly as identified in the PWS. In addition, an audition will be held to evaluate the contractor's performance prior to the award of this contract.


Past performance for providing same or similar services will be evaluated. The Department of Defense contractor Performance Assessment Reporting System (CPARS/PPIRS) and other sources of data may be used as part of the evaluation.


The following clauses apply to this acquisition: 52.202-1 Definitions, 52.203-7 Anti-Kickback Procedures, 52.204-7 System for Award Management, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-19 Incorporation by Reference of Representations and Certifications, 52.204-20 Predecessor of Offeror, 52.207-2 Notice Of Streamlined Competition, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-6 Notice Of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-17 Nondisplacement of Qualified Workers, 52.222-22 Previous Contracts And Compliance Reports, 52.222-50 Combating Trafficking in Persons, 52.223-6 Drug-Free Workplace, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications, 52.232-1 Payments, 52.232-39 Unenforceability of Unauthorized Obligations, 52.233-2 Service Of Protest, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation, 52.237-3 Continuity Of Services, 52.244-6 Subcontracts for Commercial Items, 52.246-1 Contractor Inspection Requirements, 252.201-7000 Contracting Officer's Representative, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A System for Award Management Alternate A, 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 52.204-8 Annual Representations and Certifications (Jan 2017), 52.209-1 Qualification Requirements (Feb 1995), 52.212-1 Instructions to Offerors-Commercial Items (Jan2017), 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2017), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017), 52.219-28 Post-Award Small Business Program Representation (Jul 2013), 52-252-1 Solicitation Provisions Incorporated by Reference (Feb1998), 52.252-2 Clauses Incorporated By Reference (FEB 1998), 52.252-2 Clauses Incorporated By Reference (FEB 1998), 52.252-6 Authorized Deviations in Clauses (APR 1984), 252.232-7006 Wide Area Workflow Payment Instructions (May 2013).


Please submit all questions in writing to nalani.a.paralejasgrijalva@mail.mil. No questions will be taken over the phone; all questions must be submitted in writing. Questions are due NLT COB Monday, 21 August, 2017. Answers will be posted NLT COB Wednesday, 23 August, 2017.


Proposals are due by 12:00 PM, M.S.T. Friday, August 25, 2017. Proposals must acknowledge all amendments to this solicitation if any. Proposals may be submitted directly to the contracting office at the physical address below or e-mailed to nalani.a.paralejasgrijalva.mil@mail.mil.


Contracting Office Physical Address:
Mission and Installation Contracting Command (MICC) - Fort Bliss
111 Pershing Road
Fort Bliss, TX 79916


Points of Contact:
Nalani Paralejas-Grijalva, Contract Specialist, 915-568-5200
Flor Sanchez, Contracting Officer, 915-568-3881


 


Nalani A. Paralejas-Grijalva, Contracting Specialist, Phone 9155687749, Email nalani.a.paralejasgrijalva.mil@mail.mil - Flor Sanchez, Contract Specialist, Phone 915568-3881, Email flor.f.sanchez.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP