The RFP Database
New business relationships start here

Religious Support Services


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

 


Religious Support Services


 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). 

 

The RFQ number is N0060418Q4039.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Publication Notice 20180504.  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: https://www.acquisition.gov/far/    and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. ; The NAICS code is 813110 and the Small Business Standard is $7.5 million.

 

This is a 100% small business set-aside and the Small Business Office concurs with the set-aside decision.


 

The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing:

 

Religious Support services for Naval Health Clinic Hawaii in accordance with the attached Performance Work Statement.

 

0001 - Religious Support services, QTY 12 months, Period of Performance 15 July 2018 through 14 July 2019

1001 - (option) Religious Support services, QTY 12 months, Period of Performance 15 July 2019 through 14 July 2020

2001 - (option) Religious Support services, QTY 12 months, Period of Performance 15 July 2020 through 14 July 2021

3001 - (option) Religious Support services, QTY 12 months, Period of Performance 15 July 2021 through 14 July 2022

4001 - (option) Religious Support services, QTY 12 months, Period of Performance 15 July 2022 through 14 July 2023

 

Location is the clinics and facilities comprising Naval Health Clinic Hawaii and Tripler Army Medical Center located at Joint Base Pearl Harbor Hickam (JBPHH), Marine Corps Base Hawaii, Camp Smith, Wahiawa, and Honolulu, Hawaii.  Responsibility and Inspection:  unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 

 

Attachments:

•1.        Performance Work Statement

•2.        FAR 52.212-3 and Alternate I

•3.        Quality Assurance Surveillance Plan

 

A complete quote in response to this Combined Synopsis/Solicitation must include completed Attachment 2.


All quotes shall include price(s) for all CLINs 0001 - 4001, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.

 

This announcement will close at 11:00AM Hawaii Standard Time on 27 June 2018.  Contact Jeff Geringer who can be reached at 808-473-7960 or email jeffrey.geringer@navy.mil.  The total evaluated price will comprise of the base year, four option years, and the six-month extension. The six-month extension will be calculated by dividing the last option year by twelve and multiplying by six. 


Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest price.  Past performance shall be reviewed; the automated Past Performance Information Retrieval System (PPIRS) and FAR 9.104-6, Federal Awardee Performance and Integrity Information System (FAPIIS) will be used as sources of past performance information.


 


Technical Acceptability- Offers must meet or exceed the performance work statement requirements, specifications, delivery requirements, and other terms and conditions in the solicitation and any subsequent amendments. The Government will evaluate the Technical Submission, to include (a) technical capability acknowledgment, documentation demonstrating personnel meet the minimum requirements and qualifications listed in the Performance Work Statement and (b) past performance, as acceptable or unacceptable. In order to be considered for award, offerors must receive a rating of acceptable.


 


Technical:  Offerors are required to submit an acknowledgement with their proposal that they are capable of meeting all requirements of the solicitation and that no exceptions are taken.  Offerors shall provide documentation demonstrating personnel meet the minimum requirements and qualifications listed in the Performance Work Statement.


 


Past Performance: The offeror shall submit, as part of its proposal, information on previously


performed contracts or on-going contracts that are similar to the performance work statement/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The offeror should not describe past performance history in the proposal. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the solicitation.  NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable."


 

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.


 

The following FAR provision and clauses are applicable to this procurement: 


 


52.203-3 Gratuities

52.203-6 Alt I  Restrictions on Subcontractor Sales to the Government

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation


52.204-7 System for Award Management


52.204-9 Personal Identity Verification of Contractor Personnel


52.204-13 SAM Maintenance


52.204-16 Commercial and Government Entity Code Reporting


52.204-18 CAGE Maintenance


52.212-1 Instructions to Offerors - Commercial Items;


52.212-4 Contract Terms and Conditions-Commercial Items

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.203-6 with Alt I  Restrictions on Subcontractor Sales to the Government

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

52.219-6 Notice of Total Small Business Set-Aside

52.219-8 Utilization of Small Business Concerns

52.219-14 Limitations on Subcontracting

52.219-28 Post Award Small Business Program Representation

52.222-3 Convict Labor

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers w/Disabilities

52.222-37 Employment Reports on Veterans

52.222-40 Notification of Employee Rights Under the National Labor Relations Act

52.222-50 Combatting Trafficking in Persons

52.222-54 Employment Eligibility Verification

52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving

52.224-3 Privacy Training

52.225-13 Restriction on Foreign Purchase

52.232-33 Payment by Electronic Funds Transfer


52.217-5 Evaluation of Options


52.217-8 Option to Extend Services


52.217-9 Option to Extend the Term of the Contract


52.232-18 Availability of Funds


52.232-39 Unenforceability of Unauthorized Obligations


52.232-40 Providing Accelerated Payments to Small Business Subcontractors


52.233-2 Service of Protest


52.237-1 Site Visit


52.237-2 Protection of Government Buildings, Equipment, and Vegetation


52.247-34 FOB Destination


52.252-1 Solicitation Provisions Incorporated by Reference


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/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm


(End of Provision)


52.252-2 Clauses Incorporated by Reference


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/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm


(End of Clause)


 

Additional contract terms and conditions applicable to this procurement are: 


 


252.203-7000  Requirements Relating To Compensation of Former DoD Officials


252.203-7002   Requirement to Inform Employees of Whistleblower Rights


252.203-7005  Representation Relating To Compensation of Former DoD Officials


252.204-7003   Control of Government Personnel Work Product


252.204-7004 Alt A System for Award Management


252.204-7008   Compliance with Safeguarding Covered Defense Information Controls


252.204-7011  Alternative Line Item Structure


252.204-7012  Safeguarding Covered Defense Information and Cyber Incident Reporting


252.204-7015  Notice of Authorized Disclosure of Information for Litigation Support

252.209-7004   Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism

252.213-7000   Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations

252.219-7012   Competition for Religious-Related Services

252.222-7007   Representation Regarding Combating Trafficking in Persons


252.223-7006   Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials


252.225-7048   Export-Controlled Items


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


252.243-7002   Requests for Equitable Adjustment


252.244-7000  Subcontracts For Commercial Items


252.247-7023   Transportation of Supplies by Sea


      

******* End of Combined Synopsis/Solicitation ********


Jeffrey J Geringer, Phone 8084737960, Email jeffrey.geringer@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP