Catholic Priest On Call Services
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Catholic Priest On Call Services
Classification Code: G - Social services
Solicitation Number: N0025917Q0163
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Naval Medical Center San Diego (NMCSD)34800 Bob Wilson Drive
Place of Performance (zipcode): 92134
Place of Performance Country: US
Description:
Naval Medical Center San Diego
NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items and/or 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is N0025917Q0163. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The North American Industry Classification System (NAICS) Code for this acquisition is 813110. The size standard is
DESCRIPTION OF REQUIREMENT: The proposed contract action is for Roman Catholic Priest On-Call Services to be performed at night to the NMCSD inpatient hospital population from 1600-0700 (weekdays) and 0700-0700 (24hrs on Saturdays, Sundays and Holidays) during the first fifteen (15) nights of each month.
CLIN 0001: BASE YEAR Roman Catholic Priest On-Call Services during the first 15 nights of each month (dates 1-15). Period of Performance:
CLIN 1001: OPTION YEAR 1 Roman Catholic Priest On-Call Services during the first 15 nights of each month (dates 1-15). Period of Performance:
CLIN 2001: OPTION YEAR 2 Roman Catholic Priest On-Call Services during the first 15 nights of each month (dates 1-15). Period of Performance:
CLIN 3001: OPTION YEAR 3 Roman Catholic Priest On-Call Services during the first 15 nights of each month (dates 1-15). Period of Performance:
CLIN 4001: OPTION YEAR 4 Roman Catholic Priest On-Call Services during the first 15 nights of each month (dates 1-15). Period of Performance:
Location of Performance is 34800 Bob Wilson Drive
Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing the following services during the Base Period of Performance of:
STATEMENT OF WORK
ROMAN CATHOLIC PRIEST NIGHT TIME SERVICES (First Half of the Month "1-15")
1. SCOPE OF CONTRACT
a.
b. The work to be performed is located within the
c. During the term of this contract, the contractor agrees to perform on behalf of the
2. DUTIES AND RESPONSIBILITIES
a. The contractor shall be responsible for:
(1) CLIN 0001: Catholic Priest On-Call Services no more than a total of the first fifteen (15) nights of the month from 1600-0700 on week nights, and/or 0700-0700 (24hrs) Saturdays, Sundays and holidays. On-call services include the sacraments, visitation, and counseling of Catholic patients/personnel, their dependents and other beneficiaries. The contractor shall respond within one (1) hour from the time of call. For these services, the contractor shall be paid a flat fee per month.
b. The contractor shall perform, within the parameters of his ordination and the dictates of his faith group, a full range of pastoral services on-site.
c. On-call service as scheduled by the Pastoral Care Services Department Head includes visiting any Roman Catholic patient/personnel who request the presence of a priest directly or through family or staff, the normal process of notification as a result of being placed on Serious/Very Serious List, and on the occasion of death. The contractor shall refer patient/personnel to Pastoral Care Services for consultations and continuation of pastoral care, respecting and following normal privilege or confidential communications.
d. Providing spiritual and pastoral care to Catholic patients and their families.
e. Responding to emergencies or crises when pastoral care is appropriate.
f. As an independent contractor, all medical, dental and professional liability insurance is the responsibility of the contractor.
g. Communicating effectively with persons of diverse races, cultures, religions, nationalities, ages, and persons having varying types and degrees of disability, in order to understand and address their specific needs.
3. OTHER CONSIDERATIONS/REQUIREMENTS
a. Personal Qualifications. The contractor shall be a valid ordained Roman Catholic priest in good standing with his diocese or religious order and endorsed by the Archdiocese for Military Services. The Ecclesiastical Endorsements shall be submitted in writing. The Archdiocese for Military Services will not endorse a third party contractor submitting for endorsement on behalf of the Roman Catholic priest. The Catholic priest shall demonstrate reliability, good relational skills and the ability to serve on an ecumenical ministry team. The contracted priest shall comply with Government policies and regulations in regard to identification badges, parking, and professional decorum.
b. Ecclesiastical Endorsement. An ecclesiastical endorsement, dated within 12 months prior to the closing date of this announcement. Ecclesiastical endorsements for Roman Catholics are issued only by the Archdiocese for the
c. Education. A Master of Divinity from an accredited institution or the equivalent. Equivalent education is a bachelor's in Theology from a pontifical institution plus an additional year of pastoral and academic work toward the licentiate degree.
d. Experience. Must have at least 3 years of professional ministry experience. At least 2 years of this experience must have been obtained after completion of the Master of Divinity or equivalent. Experience obtained during graduate education may be counted for up to one year of the 3 years required.
e.
f. No Non
g. The contractor shall be neat, clean, well groomed, and in appropriate clergy clothing (shirt with Roman collar) when in patient care and public areas. The contractor shall display an identification badge on the right chest area of his/her clothing, which includes the contractor's full name, professional statues, and expiration date. A command issued identification will be provided.
h. The contractor shall become acquainted with and obey all pertinent Command,
i. The contractor shall be able to read, write, speak, and understand the English language fluently.
j. Interview. The Pastoral Care Services Department Head conjointly with at least one other NMCSD staff chaplain will interview each applicant. The interview will reflect a review of the overall package with emphasis on the following:
(1) Overall professional training and experience of the candidate as a hospital chaplain.
(2) Military experience and/or understanding of military methods by the candidate.
(3) Flexibility of the candidate in meeting the needs of the hospital patients and staff within the parameters of the contract.
(4) Perceived ability of the candidate to do sustained and intense hospital ministry.
(5) Perception of the candidate as a team player who can edify and be edified by the Pastoral Care Service team.
(6) Overall evaluation of package and all of the above.
4. SUBSTITUTION OF PERSONNEL - PASTORAL CARE SERVICES
1. The contractor agrees to assign to the contract only those individuals whose past performance records, etc. were submitted as required by this contract.
2. The contractor agrees that during the contract performance period no personnel substitutions will be permitted, unless an individual's sudden illness or other incapacitation, as outlined in the Statement of Work (SOW) necessitates such substitutions.
3. All proposed substitutions shall be submitted in writing to the Pastoral Care Services Department Head at least within 48 hours prior to the proposed substitution or as soon as the prime contractor's absence becomes imminent. All proposed substitutions shall satisfy the Personnel Qualification Requirements in the SOW.
4. If the Pastoral Care Services Department Head determines that suitable and timely replacement of personnel, whom have been reassigned, terminated, or have otherwise become unavailable to perform under the contract, are not reasonably forthcoming, or that the resultant completion of the contract is jeopardized, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate.
This acquisition incorporates by reference the following FAR provisions and clauses:
52.204-16 -- Commercial and Government Entity Code Reporting (
Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (
The following clauses incorporated by full text apply to the solicitation:
FY18 Funding AVAILABILITY OF FISCAL YEAR 2018 FUNDS.
THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2018 APPROPRIATION ACT.
THIS ORDER IS ISSUED SUBJECT TO THE 2018 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2017 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT.
The provision at FAR 52.212-1 applies to this acquisition. Addendum to FAR 52.212-1: FAR 52.212-1 is replaced in its entirety by this addendum: Instructions to Quoters-Commercial Items (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in the first paragraph of this combined synopsis/solicitation. However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. ( b ) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations must be submitted as specified in the solicitation. As a minimum, quotations must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) Quotation must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ( c ) Reserved. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during testing. (e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions. (1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is
52.212-2 -- Evaluation -- Commercial Items (
FACTOR 1: Technical Capability: defined as an assessment of the prospective contractor to demonstrate reliability, good relational skills and the ability to serve on an ecumenical ministry team.
FACTOR 2: Past Performance: provide three (3) references with the Point of contact, telephone number, address, contract number and addressing that you have provided the same or similar services in the last three (3) years of professional ministry experience.
FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable past performance.
Technical capability and past performance, when combined are more important than price. Contractors who do not meet the first two factors will not undergo a price evaluation.
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(3) 52.233-3, Protest After Award (
(4) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
____ (2) 52.203-13,
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
_X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
_X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
____ (ii) Alternate I (
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (13) [Reserved]
X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (v) Alternate IV (
____ (18) 52.219-13, Notice of Set-Aside of Orders (
____ (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
__X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (
____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
__X__ (25) 52.222-3, Convict Labor (
__X__(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (
__X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__X__ (28) 52.222-26, Equal Opportunity (
____ (29) 52.222-35, Equal Opportunity for Veterans (
__X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
____ (31) 52.222-37, Employment Reports on Veterans (
____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
__X__ (33)(i) 52.222-50, Combating Trafficking in Persons (
____ (ii) Alternate I (
____ (34) 52.222-54, Employment Eligibility Verification (
____ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (
Note to paragraph (b)(35): By a court order issued on
____ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016).
____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
____ (ii) Alternate I (
____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).
____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).
____ (40) (i) 52.223-13, Acquisition of EPEAT(R) Registered Imaging Equipment (
____ (ii) Alternate I (
____ (41)(i) 52.223-14, Acquisition of EPEAT(R) Registered Televisions (
____ (ii) Alternate I (
____ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (43)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (
____ (ii) Alternate I (
__X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (45) 52.223-20, Aerosols (June, 2016) (E.O. 13693).
____ (46) 52.223-21, Foams (June, 2016) (E.O. 13693).
____ (47)(i) 52.224-3, Privacy Training (
____ (ii) Alternate I (
____ (48) 52.225-1, Buy American'upplies (
____(49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (50) 52.225-5, Trade Agreements (
__X__ (51) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (56) 52.232-30, Installment Payments for Commercial Items (
__X__ (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
____ (59) 52.232-36, Payment by Third Party (
____ (60) 52.239-1, Privacy or Security Safeguards (
____ (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).
____ (62)(i) 52.247-64, Preference for Privately Owned
____ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
_____(1) 52.222-17,
_____ (2) 52.222-41, Service Contract Labor Standards (
_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (
_____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (
_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (11) 52.237-11, Accepting and Dispensing of
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13,
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(iii) 52.219-8, Utilization of Small Business Concerns (
(iv) 52.222-17,
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vi) 52.222-26, Equal Opportunity (
(vii) 52.222-35, Equal Opportunity for Veterans (
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (
_____ (B) Alternate I (
(xvi)52.222-55, Minimum Wages Under Executive Order 13658 (
Note to paragraph (e)(1)(xvii): By a court order issued on
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
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/vmfara.htm https://www.acquisition.gov/browsefar (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):
FAR Clauses: http://farsite.hill.af.mil/vmfara.htm DFAR Clauses: http://farsite.hill.af.mil/vmdfara.htm
(End of clause)
DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS) (a) In accordance with CNICMEMO dated
(b) NCACS users may visit the local
(c) Individuals who apply for NCACS credentials during the period of 17 April through
(d) DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following website:
https://www.cnic.navy.mil/om/dbids.html
For more information or to enroll in the DBIDS Program call: 1.202.433.4784. For
(c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government will only consider firm fixed price (FFP) quotations.
Electronic submission of Quotes: Quotations shall be submitted electronically by email to [email protected]. Quotations must be received by 0900 hours (
Place of Performance: Naval Medical Center San Diego 34800 Bob Wilson Drive
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0163/listing.html
ValueMomentum’s Insurance IT Services Profiled in New Celent Report
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News