The Air Force Sustainment Center Operational Division (AFSC/PZIOA) at Tinker Air Force Base, Oklahoma, issued a Request for Quote (RFQ) FA810125Q0026 for a Catholic Choir Director. This 100% Small Business Set-Aside acquisition, under NAICS code 813110, seeks a contractor to serve as a resource person, advisor, congregational music lead, and choir coordinator for Catholic Masses from September 30, 2025, to September 29, 2030. The contract will be a Firm Fixed Price (FFP) Purchase Order with a total estimated value of $13,000,000.00. Quotes are due by September 12, 2025, at 12:00 PM CST, via email to Anneli Walsh (anneli.walsh@us.af.mil) and Michael Shand (michael.shand@us.af.mil). Proposals must include company details, CAGE code, SAM Unique Entity ID, line-item pricing, and completed clauses 52.204-24 (d)(1) and (d)(2). The solicitation incorporates various FAR and DFARS clauses, including requirements for electronic payment via Wide Area WorkFlow (WAWF) and provisions for essential contractor services.
This document outlines federal regulations 52.204-24 and 52.204-25, prohibiting executive agencies from procuring or using telecommunications and video surveillance equipment or services from specific foreign entities, primarily those connected to the People's Republic of China, as defined in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The regulations require offerors to disclose whether they provide or use such 'covered telecommunications equipment or services' and, if so, to provide detailed information about the equipment, services, producers, and proposed use. Exceptions exist for services connecting to third-party facilities (e.g., backhaul, roaming) or equipment incapable of routing user data. Contractors are obligated to report any identified covered equipment or services during contract performance and to flow down these requirements to subcontractors. The aim is to mitigate national security risks associated with certain foreign telecommunications technology in federal contracts.
This document outlines the instructions for offerors responding to solicitation number FA810125Q0026, an addendum to FAR 52.212-1 and FAR 52.212-2. Offers must be submitted electronically via email to Michael.shand@us.af.mil and Anneli.walsh@us.af.mil by September 12, 2025, at 12:00 CST, with the solicitation number in the subject line. Facsimile proposals will not be accepted. Offerors must provide their CAGE Code and DUNS Number, along with a dated Offer Schedule marked with the solicitation number. The evaluation process will prioritize technical acceptability, followed by past performance and price. A written notice of award will result in a binding contract.
This Performance Work Statement outlines a non-personal service contract for a Catholic Choir Director at Tinker Air Force Base Chapel. The contract, spanning a base year and four option years, requires the contractor to lead two Masses and one rehearsal weekly. Key responsibilities include coordinating with the Chaplain Advisor, recruiting and training the choir, planning music, and managing related administrative tasks. The position demands high moral standards, a Bachelor of Arts in Music or three years of relevant experience (two in a military chapel), and strong interpersonal and organizational skills. The contractor must adhere to all federal, state, local, and Air Force regulations, including computer security and mandatory training. Security requirements involve criminal background checks, maintaining current security clearances, and complying with base traffic laws, search protocols, and prohibitions on weapons. The government provides utilities, office space, equipment, and communication services, while the contractor is responsible for their own taxes and for providing a qualified substitute when absent. Quality assurance involves government evaluation, and the contractor must comply with safety regulations and emergency procedures.
This document is a wage determination under the Service Contract Act for specific occupations in Oklahoma, effective July 8, 2025. It outlines minimum wage rates for various job categories across Canadian, Cleveland, Grady, Lincoln, Logan, McClain, and Oklahoma Counties. The determination includes provisions for Executive Orders 14026 and 13658, setting minimum hourly wages at $17.75 and $13.30, respectively, depending on the contract award date. It also details fringe benefits, including health and welfare, vacation, and eleven paid holidays. Special conditions apply to computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay differentials for work with ordnance and uniform allowances are also specified. The document outlines a conformance process using Standard Form 1444 for unlisted job classifications.