This is a Sources Sought Notice ONLY. The U.S. Government has a service requirement for Catholic Clergy Support for The United States Military Academy at West Point, NY in accordance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 813110 Religious Organizations size standard is $8.0 MIL
A need is anticipated for an Individual to provide Catholic clergy services. Must be certified ordained members of the Catholic Church and endorsed by the Archdiocese for Military Services (AMS) IAW DODD5120.8. Individual must live in NEW YORK.
Responsibilities include the following but not limited to the following listed below.
Priest shall celebrate 60 Weekly/daily mass(es) in accordance with the General Instruction of the Roman Missal (GIRM) normally lasting one (1) hour and including a homily, as scheduled by the Government Catholic
Priest or Government POC.
Priest shall celebrate ten (10) additional mass(es) for special events and/or religious holidays (to include but not be limited to Lent and Advent) in accordance with the General Instruction of the Roman Missal (GIRM), as scheduled by the Government Catholic Priest or Government POC. Holy Days of Obligation masses are based on the list from the Military Archdiocese Website at http://www.milarch.org/site/c.dwJXKgOUJiIaG/b.6586195/k.C71D/Holy_Days_of_Obliga tion_Archdiocese_for_the_Military_Services.htm.
Priest shall be available for Sacrament of Reconciliation (Confession) at least 30 weeks for the Period of Performance, scheduled by the Government Catholic Priest or Government POC, with scheduled times separated from mass(es) by at least 15 minutes.
Priest shall be available for Emergency Anointing of the Sick.
Priest shall be available for Sacrament of Baptism and Sacrament of Matrimony.
ITEM
NAME
ESTIMATED QUANTITY
1
Conduct Catholic Mass
60
240 hrs
2
Reconciliation
30
40 hrs
3
10 Special Services
10
40 hrs
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the requirement for 1- FIRE RESCUE VEHCILE is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC-WP, Maureen Flanagan, at [email protected] 845-938-4490, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the BETA.SAM.GOV notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.