The RFP Database
New business relationships start here

OPTION-PROTESTANT PIANIST/ORGANIST/MUSIC DIRECTOR


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0024419Q0226 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 711130 with a small business size standard of $11.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-07-22 15:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work. The FLC - San Diego requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 10/01/2019 - 09/30/2020LI 001: PROTESTANT MUSIC DIRECTOR ORGANIST/PIANIST
**IAW ATTACHED PWS HEREIN**, 12, MONTHS;Option 1 Period of Performance: 10/01/2020 - 09/30/2021LI 001: PROTESTANT MUSIC DIRECTOR ORGANIST/PIANIST
**IAW ATTACHED PWS HEREIN**, 12, MONTHS;Option 2 Period of Performance: 10/01/2021 - 09/30/2022LI 001: PROTESTANT MUSIC DIRECTOR ORGANIST/PIANIST
**IAW ATTACHED PWS HEREIN**, 12, MONTHS;Option 3 Period of Performance: 10/01/2022 - 09/30/2023LI 001: PROTESTANT MUSIC DIRECTOR ORGANIST/PIANIST
**IAW ATTACHED PWS HEREIN**, 12, MONTHS;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, FLC - San Diego intends to document quotes online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerers may submit quotes during the specified period of time. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com.Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process.Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm52.212-2 Evaluation - Commercial Items. (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: Factor 1 Resume: Factor 2 Technical Capability: Factor 3 Past Performance: Factor 4 Price: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, lowest priced technically acceptable (LPTA), responsible offeror (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. SEE ATTACHED FAR 52.212-2 EVALUATION CRITERIA FOR ADDITIONAL INFORMATION.The NAICS code is 711130 and the Small Business Standard is 11.0 (millions of dollars).FAR 52.247-34, F.o.b. Destination appliesNo partial shipments are permitted unless specifically authorized at the time of award.Bid MUST be good for 30 calendar days after close of Buy.FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE Aug 2018, all offerors are required to use System for Award Management to respond to federal solicitations. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. Failure to register in SAM may preclude an award being made to your company.The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/52.204-10 Reporting Subcontract Awards.Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)Prohibition on Contracting with Inverted Domestic Corporations (May 2012)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersBCommercial Items.52.219-28 Post-Award Small Business Program Rerepresentation.52.222-3 Convict Labor52.222-19 Child Labor--Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)52.225-13 Restrictions on Certain Foreign Purchases.52.232-18 Availability of Funds252.211-7003 Item Identification & Valuation (AUG 2008)252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.252.247-7023 Transportation of Supplies by Sea (MAY 2002)252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.Requirements Relating to Compensation of Former DOD Officials (Sep 2011)Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)Safeguarding of Unclassified Controlled Technical InformationRepresentation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)Buy American Act & Balance of Payments (Oct 2011)

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP