Georgia Bids > Bid Detail

Catholic Priest Services on Fort Moore, GA

Agency:
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159450962422670
Posted Date: Nov 29, 2023
Due Date: Dec 1, 2023
Source: https://sam.gov/opp/4f7a94bc42...
Follow
Catholic Priest Services on Fort Moore, GA
Active
Contract Opportunity
Notice ID
W911SF-24-R-0005
Related Notice
W911SF-24-R-4070
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT MOORE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 29, 2023 02:23 pm EST
  • Original Published Date: Nov 19, 2023 01:25 pm EST
  • Updated Date Offers Due: Dec 01, 2023 11:00 am EST
  • Original Date Offers Due: Dec 01, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 16, 2023
  • Original Inactive Date: Dec 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: G002 - SOCIAL- CHAPLAIN
  • NAICS Code:
    • 813110 - Religious Organizations
  • Place of Performance:
    Fort Moore , GA 31905
    USA
Description View Changes

Amendment 1:



Solicitation Questions and Answers:



1. What are the instructions for submitting a proposal? *****Instructions can be found in the sections located below.



2. It is mentioned in the PWS that the contractor shall attend monthly planning and such. My quote would involve a Priest service from a third party, so would I be required to be on the terrain or only the Priest? *****This is an internal decision that you would make as a vendor, depending on how the vendor monitors the contract - as long as the vendor meets the intent of the PWS, whether he or she wants to attend or the actual Priest attends.



______________________________________________________________________________________________________



This is a combined synopsis/solicitation for commercial products or commercial services 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 combined sysnopsis/solicitation (W911SF-24-R-0005) is being issued as a request for proposal (RFP) utilizing a Total Small Business Set-Aside, and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-04, published June 2, 2023.



Description of the Requirement: The Mission and Installation Contractiing Command (MICC) Fort Moore has a requirement for the Garrison Chaplain’s Office to provide military religious support and activities that meet the religious requirements of Soldiers, Families and authorized DoD Civilians. This is a non-personal services contract to provide Roman Catholic religious support on weekdays and weekends for Soldiers and Family members in Fort Moore Chapels or designated worship facilities. The contract will augment weekly services provided by Fort Moore Catholic Chaplains and provide Catholic Coverage during their absence.



Further details of this requirement can be found on the Performance Work Statement and additional attachments 1-3 included in this publication and will, at a minimum, include:




  • Daily Mass: The Contractor shall conduct daily masses Monday through Friday in accordance with the General Instruction of the Missal (GIRM) normally lasting a half hour to an hour, as scheduled by the Government POC. Daily masses may be conducted in English or Spanish as scheduled by the Government POC.

  • Bi-Weekly Obligatory Liturgies at Camp Darby: The Contractor shall conduct bi-weekly obligatory liturgies at Camp Darby in accordance with the General Instruction of the Missal (GIRM) normally lasting an hour and including a homily, as scheduled by the Government POC. Daily masses may be conducted in English or Spanish as scheduled by the Government POC.

  • Other Clergy Catholic Priest Services may be required as scheduled by the Government POC. These services may require performance in English or Spanish as identified by the Government POC.

  • Penance: The Contractor shall administer the Sacrament of Penance services normally lasting one hour no more than twice a year during Lent and/or Advent. The Contractor shall provide special mass during Lent and/or Advent Season. Service may be conducted in English or Spanish as scheduled by the Government POC.

  • Confession: The Contractor shall hold confession at least once each week, scheduled by the Government POC, with scheduled times separated from mass by at least 15 minutes. The Contractor shall provide opportunity for confession at least once per week.

  • Baptism: Contractor shall prepare subjects for and perform the sacrament of baptisms in accordance with the AMS Priest’s Manual. Contractor shall record baptisms and record baptisms in accordance with the AMS Priest’s Manual.

  • Confirmation: Contractor shall prepare subjects for and confirm subjects of the AMS in accordance with the AMS Priest’s Manual.

  • First Communion: Contractor shall prepare subjects for and perform first communion rites.

  • Rite of Christian Initiation of Adults (RCIA): Contractor shall instruct and supervise the RCIA, scripture study sessions, and the Confraternity of Christian Doctrine (CCD) programs as required.

  • Pastoral Care and Counseling: Contractor shall provide any other Catholic-Specific Counseling, Catholic-Specific Relationship Counseling and/or triage for referral to Garrison Family Life Chaplain or other referral agencies.

  • Matrimony and Pre-matrimonial Counseling: Marriage Preparation Counseling with corresponding documentation. Annulment counseling with corresponding documentation.

  • Anointing of the Sick, Funerals, and Burials: Contractor shall anoint the sick and preside over and perform burial and funeral rites.

  • Recording of Sacraments: Contractor shall record sacraments in accordance with the AMS Priest’s Manual. Contractor shall provide certificates or other attestation documentation as per the AMS Priest’s Manual.



Contractor Skills list:




  • The Contractor shall provide a resume indicting that the Priest is an ordained Catholic Priest by the Roman Catholic Church and endorsed by the Archdiocese of Military Services (AMS) prior to contract start of performance. The Contractor shall provide the written proof of faculties for all personnel performing services, as well as a completed background check consistent with procedures per DoDI 1402.5. The Contractor will comply with the policies defined in the Minimum Requirements for the Pastoral Care of Catholic Personnel as published by Archdiocese of Military Services, USA.

  • Contractor must be fluent, able to conduct masses, and other religious activities in both the English and Spanish language.



DELIVERY INFORMATION:



Services include One 12-Month Base Period and Three 12-Month Option Periods



Period of Performance: 13-Dec-2023 through 12-Dec-2027



*See Attachment 2 – Pricing Schedule (CLIN Structure)



SOLICITATION PROVISIONS (Provided in Attachment): This solicitation incorporates by reference, with the same force and effect as if they were given in full text. 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. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov



CONTRACT CLAUSES(Provided in Attachment): The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.gov



FOR OFFERS TO BE CONSIDERED:



1. This requirement will utilize the Lowest Price-Technically Acceptable (LPTA) source selection procedures IAW 15.101-2. Under LPTA, all factors other than cost or price are evaluated on an “acceptable” or “unacceptable” basis. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. *See Attachment 3 – Clauses & Provisions, FAR 52.212-2.



2. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors – Commercial Items.



*Please include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications – Commerial Items, with your offer.



The SF 1449 is not being used so Offerors are to make their submission by providing the items outlined in paragraph 3 in this Combined Synopsis/Solicitation. Offer must ensure the NAIC code is listed in their SAM registration and certification in the FAR report prior to submitting offers.



Offers to be received by MICC-Fort Benning no later than (NLT) 11:00 a.m. Eastern Standard Time (EST), Friday, December 1, 2023 via email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil



*Offers received via faximili or U.S. Post will not be accepted.



Questions are to be submitted by email to: usarmy.benning.acc-micc.mbx.micc-proposals@army.mil NLT 11:00 a.m. EST, Friday, November 24 2023.



3. Offer is to consist of the following documents:



a. Volume I - Technical Submission: Company letterhead, containing capability information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately.



b. Volume II – Price Submission: Completed Attachment 2 - Pricing Schedule (CLIN Structure).



4. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) under 813110, Religious Services, prior to submitting proposals, will not be considered. Vendors may register with SAM by going to www.sam.gov.



Contracting Office Address:



MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Moore, GA 31905



Point of Contact: Racheal Valdez, Email: sherry.g.balmain.civ@army.mil or racheal.l.valdez.civ@army.mil.



List of Attachments:



Attachment 1 – Performance Work Statement (PWS)



Attachment 2 –Pricing Schedule (CLIN Structure)



Attachment 3 – Clauses and Provisions


Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTORATE OF CONTRACTING BLDG 6 ROOM 250
  • FORT MOORE , GA 31905-5182
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >