Catholic Choir Director Services
ID: FA448424Q0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Religious Organizations (813110)

PSC

SOCIAL- CHAPLAIN (G002)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Choir Director Services at Joint Base McGuire-Dix-Lakehurst in New Jersey. The contractor will be responsible for leading music at Catholic worship services, maintaining a recruitment program for choir members, and ensuring compliance with safety and maintenance protocols, all under the direction of the Senior Catholic Chaplain. This contract is crucial for supporting the Catholic community's worship activities and will consist of one base year with four optional renewal years, beginning on October 1, 2024. Interested parties must submit their offers by September 10, 2024, and can direct inquiries to Shakeia Reyes at shakeia.reyes.2@us.af.mil or Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Joint Base McGuire-Dix-Lakehurst's Antiterrorism Office has created a pamphlet aimed at contractors to raise awareness of their roles in the Global War on Terrorism while on base. It emphasizes that contractors are crucial for maintaining security vigilance by recognizing and reporting suspicious activities. Key points include identifying unusual surveillance, unauthorized individuals, and suspicious vehicles. The pamphlet outlines definitions and various types of terrorism, highlighting the potential for individuals to become victims by circumstance. For emergencies, contractors should contact security using specified phone numbers. The document also discusses Force Protection Conditions (FPCON) ranging from Normal to Delta, detailing security measures and protocols in response to varied levels of terrorist threats. The overarching purpose is to ensure security through increased contractor vigilance and preparedness, reinforcing the significance of their participation in safeguarding the base and its surrounding community. Overall, it serves as a resource for contractors to understand their responsibilities in ensuring safety and reporting suspicious activities in a military environment.
    The "Antiterrorism Guide for Contractors" issued by the Department of the Air Force outlines essential measures for contractors and their personnel to enhance safety at Joint Base McGuire-Dix-Lakehurst (JB MDL). It emphasizes the importance of adhering to Department of Defense (DoD) antiterrorism standards to safeguard personnel, resources, and facilities against terrorist actions. Contractors are urged to control personnel access, report suspicious activities, and complete the DoD-approved Antiterrorism Level I Training. The guide provides detailed reporting procedures, urging immediate notification to security forces or designated authorities when witnessing suspicious behaviors, with an emphasis on various potential threats. It encourages a proactive culture within the JB MDL community under the "See Something-Say Something" initiative. The guide also includes a series of emergency contact numbers and outlines the information required for effective reporting. Ultimately, this guide serves to ensure contractors contribute to the overall security and integrity of military operations, aligning with federal requirements for antiterrorism protocols during contract performance.
    The document outlines the protocol for urgent health care provisions for contractor employees and agents at the 87th Medical Treatment Facility (MTF) on Joint Base McGuire-Dix-Lakehurst (JBMDL). It specifies that urgent care may be provided for work-related injuries, focusing on immediate medical needs to save life or limb and alleviate suffering. Once stabilized, contractor personnel will be transferred to civilian medical facilities, and all treatment costs will be the responsibility of the contractor or their employees, not the MTF or government entities. Payment procedures require documentation on an Air Force FORM 552, and if immediate payment is not possible, a billing statement will be issued to the contractor employee. The document emphasizes the need for timely communication with insurance companies for reimbursement purposes. This information is vital for contractors engaged in government RFPs, ensuring clarity on healthcare responsibilities and financial liabilities during operational engagements.
    The Performance Work Statement (PWS) outlines the services for a Catholic Choir Director at Joint Base McGuire-Dix-Lakehurst, New Jersey, beginning on October 1, 2024, for a one-year term with four optional extensions. The contractor will perform duties at the Dix Chapel and McGuire Chapel, reporting to the Senior Catholic Chaplain and coordinating with designated staff. Key responsibilities include leading music at Catholic services, maintaining a recruitment program for choir members, and ensuring compliance with safety and maintenance protocols. The contractor must ensure continuity of service, arrange suitable replacements in case of absence, and undergo background checks. Qualifications require an undergraduate degree in music or relevant experience in leading Catholic music programs. The PWS stresses the importance of active participation in the Catholic community and adherence to prescribed music standards, with all activities being under the authority of the Senior Catholic Chaplain. Those services are defined as non-essential during crises. The document is structured into sections detailing performance conditions, contractor responsibilities, specific tasks, qualifications, and provisions for government property and resources. Overall, the PWS aims to ensure high-quality worship music support while maintaining military and community standards.
    The RFQ Notice ID FA448424Q0023 outlines the requirements for Catholic Choir Director Services, with the submission deadline on September 10, 2024. Key information reveals that there is an incumbent, Kristal M Daniels, with a contract valued at $81,244.80, and the past award contract number is FA448419PA030. The current operation lacks an active choir or volunteer services at the chapel, though a tentative schedule for worship services and rehearsals exists. The Choir Director is expected to be familiar with piano and organ, while additional instrumental skills would be beneficial. There is a library of music available for use, funded by the chapel for CCLI certification needs. This RFP emphasizes the importance of qualifications outlined in the Request for Quote instructions and seeks to engage potential offerors in delivering music services complementary to worship activities in a structured setting, highlighting the need for adaptability and musical proficiency. Overall, this RFQ reflects the government's initiative to maintain cultural and spiritual services within federal facilities.
    The contractor security appendix outlines the entry control requirements for contractors at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. It mandates criminal history checks for all personnel seeking access, with processes varying depending on access duration—less than 60 days requires a temporary pass, while access beyond this period necessitates a longer-term Installation Access Card, subject to further background checks annually. Contractors must submit an Entry Authority List (EAL) detailing personnel, alongside necessary documentation like driver’s licenses and vehicle registration for vehicle passes. Non-U.S. citizens must present visas or passports and undergo additional security checks. Contractors working in restricted areas must follow strict procedures, including obtaining specific badges, ensuring surveillance of free zones, and compliance with security requirements during construction activities. Overall, the document establishes clear protocols for contractor access to maintain base security and safety while outlining administrative responsibilities during contract execution. This comprehensive approach ensures that necessary precautions are taken for individual and installation security during contracting activities.
    This document outlines the solicitation for Catholic Choir Director Services as part of a contract (FA448424Q0023) designated for Women-Owned Small Businesses (WOSB). The solicitation includes details such as the scope of work, pricing arrangement, performance periods from October 2024 to September 2029, and various option periods for contract renewal. The contract specifies the requirement of adherence to the Performance Work Statement (PWS) and includes stipulations regarding fiscal procedures, such as payment methods, invoicing instructions, and compliance with federal contracting regulations. Furthermore, it emphasizes the necessity of ensuring that contractors are aware of all applicable Department of Defense and Federal Acquisition Regulations, including clauses regarding contractor conduct, environmental standards, and the prohibition of certain materials and telecommunications equipment. This solicitation aims to enhance community engagement within the Army Base, reinforcing the government's commitment to promote procurement opportunities for women-owned businesses in federal contracting. The entire process follows compliance and regulatory guidelines set forth for federal RFPs, ensuring transparency and fairness in awarding contracts to suitable bidders.
    The document pertains to an amendment of a federal solicitation, specifically regarding the Request for Quotation (RFQ) for Catholic Choir Director Services. The amendment, effective from September 10, 2024, is primarily to extend the deadline for submission of offers and to attach Q&A responses related to the solicitation published on SAM.gov. It outlines the procedures that respondents must follow to acknowledge the receipt of the amendment to avoid any potential rejection of their offers. Additionally, it specifies the conditions under which contractors may modify prior submissions. The document retains all terms and conditions from the original solicitation, thereby maintaining the integrity of the contract process. Key personnel involved include Shakeia Reyes and Lizbette Zalybniuk, with their contact information provided for further inquiries. Overall, this amendment serves to ensure clarity and completeness in the procurement process while allowing potential contractors to seek essential clarifications.
    The government file outlines guidelines for federal requests for proposals (RFPs) and grants applicable to state and local levels. It emphasizes the importance of structured submissions that meet specific criteria for funding eligibility. The document details applicable requirements regarding project proposals, including eligibility criteria, application processes, and deadlines, focusing on fiscal accountability and performance metrics. Key sections highlight the evaluation process, ensuring that proposals are assessed fairly based on predetermined criteria, including technical merit, budget feasibility, and impact potential. Moreover, the file reinforces compliance with federal regulations and standards necessary in submitting proposals. Overall, this document serves as a comprehensive resource for applicants seeking federal and state grant opportunities, ensuring clarity in requirements and fostering transparency in funding distribution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Chapel Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Chapel Support Services at Hurlburt Field, Florida, with a total estimated contract value of $13,000,000. The contractor will be responsible for providing administrative and logistical support, as well as overall management for various chapel positions, including Protestant and Catholic Religious Education Coordinators, musicians, and a Chapel Administrative Assistant. This contract is essential for fulfilling the religious needs of the military community and ensuring compliance with Air Force directives. Interested parties, particularly small businesses, must submit their proposals by the extended deadline, with questions directed to SrA Kristin Robbins at kristin.robbins@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil.
    G--002 Roman Catholic Priest
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR NORFOLK is seeking Chaplain Services. These services are typically used for providing religious support and counseling to military personnel. The services will be located at the Naval Support Activity South Potomac (NSASP) Chapel in Dahlgren, VA. The procurement will be a firm fixed-price contract and will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13. Potential vendors can download the request for quote from the websites http://www.neco.navy.mil and www.fbo.gov. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact LaSonia Kelley-Jones at lasonia.kelleyjones@navy.mil.
    Gospel Musician Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified musicians to provide Gospel Musician Services at Fort Hood, Texas. The primary requirement is for a skilled pianist who can lead worship services by blending traditional hymns with contemporary gospel music, demonstrating strong improvisational abilities and the capacity to play by ear, particularly for an African American Gospel congregation. This role is crucial for enhancing the worship experience through music, which plays a significant part in community and cultural enrichment within military settings. Interested parties should contact SSG Alexis Golson at alexis.m.golson.mil@army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    R--Protestant Director of Religious Education in support of Joint Expeditionary Base Little Creek Fort Story Chapel, Virginia Beach
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Protestant Director of Religious Education in support of Joint Expeditionary Base Little Creek Fort Story Chapel, Virginia Beach, VA. This service is typically used to provide religious education and support to the military community. The procurement is a Firm Fixed Price commercial contract, with the possibility to extend for four one-year option periods. The procurement is 100% Small Business Set-Aside. Interested parties can download the RFQ package from the Navy Electronic Commerce Online Website. The NAICS code for this acquisition is 813110 and the Small Business Size is $7.5M. All responsible sources may submit a quotation. Registration in the SAM database is required for eligibility.
    KAFB CY25 Air Show - Air Boss
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide essential services for the CY25 Kirtland Air Force Base (KAFB) Air Show, scheduled for May 31 to June 1, 2025. The procurement includes roles for an Air Boss, Announcer, and Audio Support services, all of which are critical for ensuring the safety and effective communication during the event, as outlined in the Statement of Work (SOW). This opportunity emphasizes the importance of experienced personnel in managing air operations and audience engagement at large-scale public events. Interested parties must submit their quotes by September 23, 2024, and can direct inquiries to Dakota Powell at dakota.powell@us.af.mil or Samantha Weller at Samantha.Weller.1@us.af.mil, with the understanding that the contract is contingent upon the availability of appropriated funds.
    LITURGICAL FURNITURE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of liturgical furniture to be delivered to the Chapel of Hope at Commander Fleet Activity Yokosuka, Japan. The contract will encompass a variety of furniture items, including pews, altars, lecterns, and chairs, with a firm, fixed-price award anticipated and delivery required by December 31, 2024. This procurement is essential for supporting the operational needs of military facilities, ensuring that they are equipped with appropriate furnishings for worship and community gatherings. Interested vendors must submit their proposals by 12:00 PM on September 17, 2024, following the extension of the deadline, and should direct any questions to Nicole Logan at nicole.d.logan.civ@us.navy.mil.
    ASVAB Tutoring
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for ASVAB tutoring services to support the 360th Recruiting Group at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contractor will provide tutoring for up to 100 applicants per month, totaling 1,200 annually, utilizing diverse teaching methods, including five live classes per week and online training materials, while also supplying each participant with an ASVAB study book. This initiative is crucial for enhancing the quality of applicants for the Air Force, aligning with recruitment goals to meet specific standards for critical Air Force Specialty Codes (AFSCs). Proposals are due by September 17, 2024, with questions accepted until September 12, 2024; interested parties should contact Jeremy B. Botkin at jeremy.botkin@us.af.mil for further details.
    FY25 Underground Utilities IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Underground Utilities Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JBMDL) in New Jersey. The project involves the replacement, repair, and improvement of underground utilities, including sanitary sewers, potable water supply lines, and storm sewer systems, requiring comprehensive labor, materials, and equipment. This initiative is crucial for maintaining and enhancing the operational integrity of the base's utility infrastructure while ensuring compliance with safety and environmental regulations. Interested small businesses are encouraged to respond with their capabilities and past performance details to Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil by the specified deadline, as this opportunity is set aside for small businesses under FAR 19.5.
    Catholic Priest Services
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Prison System/Bureau of Prisons, is seeking Catholic Priest Services for the Federal Correctional Complex in Tucson, Arizona. These services are needed to provide religious support to inmates at the complex. The contract will be a firm-fixed price indefinite delivery/requirements type contract, with an estimated 120 sessions per year. Each session will last one hour. The contract period will consist of a 12-month base period and four 12-month option periods for renewal. Interested contractors must register on SAM.gov under the NAICS code for this solicitation. The deadline for quotations is April 30, 2018, 4:00 P.M. MST, and the anticipated date of award is May 1, 2018.