LE VOÎLE DÉCHIRÉ (1) Index du Forum

LE VOÎLE DÉCHIRÉ (1)
...

 FAQFAQ   RechercherRechercher   MembresMembres   GroupesGroupes   S’enregistrerS’enregistrer 
 ProfilProfil   Se connecter pour vérifier ses messages privésSe connecter pour vérifier ses messages privés   ConnexionConnexion 

FEMA WHO'S WORKING CLOSELY WITH UN, ECUMENICAL CHURCHES AND GOVERNMENTS
Aller à la page: <  1, 2
 
Poster un nouveau sujet   Répondre au sujet    LE VOÎLE DÉCHIRÉ (1) Index du Forum -> CONSEIL MONDIAL DES ÉGLISES/WORLD COUNCIL OF CHURCHES - voir les sous-groupes dans cette section -> LOI MARTIALE : LE CHRÉTIEN DOIT-IL SE SOUMETTRE À SON GOUVERNEMENT? (PARTIE 2)
Sujet précédent :: Sujet suivant  
Auteur Message
maria
Administrateur

Hors ligne

Inscrit le: 18 Juin 2011
Messages: 32 401
Féminin

MessagePosté le: Dim 4 Juin - 09:42 (2017)    Sujet du message: BILLY GRAHAM RAPID RESPONSE TEAM CHAPLAINS IN MANCHESTER, ENGLAND, FOLLOWING TERROR ATTACK Répondre en citant




BILLY GRAHAM RAPID RESPONSE TEAM CHAPLAINS IN MANCHESTER,  ENGLAND, FOLLOWING TERROR ATTACK


"FEMA" BILLY GRAHAM RAPID RESPONSE TEAM

Contact: Erik Ogren, 704-401-2117, [email protected] 
  
CHARLOTTE, N.C., May 23, 2017 /Christian Newswire/ -- Crisis-trained chaplains with the Billy Graham Rapid Response Team are deploying to Manchester, England, following last night's terror attack at an Ariana Grande concert. The latest report indicates that 22 people died in the blast, which was carried out by a suicide bomber.

Billy Graham Rapid Response Team chaplains from the United Kingdom and United States will offer emotional and spiritual care to those affected.

"We're heartbroken for the families that lost loved ones, and the many more who will carry the physical and emotional scars of this attack for the rest of their lives. The fact that many of the victims were young people adds to the grief of an already incomprehensible tragedy," said Jack Munday, international director of the Billy Graham Rapid Response Team. "Please join us in prayer: for the families, for the wounded, and for the many first responders who are working in the midst of so much suffering."

Nigel Fawcett-Jones, who helps to guide the efforts of the Billy Graham Rapid Response Team in the United Kingdom, is in the area, and shared, "Often at times like this, we have a ministry of presence, just being with people, letting them know we're standing with them and supporting them."

Franklin Graham, president and CEO of the Billy Graham Evangelistic Association, appealed for prayer on his Facebook page: "Pray for Manchester. Our hearts go out to the families of at least 22 confirmed dead and the more than 50 people injured by this horrific act of terror. I'm sure we don't know all the details yet, but we know they need our prayers."

This marks the seventh terror-related deployment to Europe in recent years. The Billy Graham Rapid Response Team previously dispatched chaplains to Paris, France (2015); Brussels, Belgium; Nice, France; Munich and Berlin, Germany (2016); and London, England (2017).

For more information on the ministry, including videos, photos, news articles and an interactive map of former and current deployments, visit www.billygraham.org/rrt. Updates can also be found at www.facebook.com/RRTChaplains.

About the Billy Graham Rapid Response Team:
The Billy Graham Rapid Response Team was developed by Franklin Graham and the Billy Graham Evangelistic Association following the attacks of Sept. 11, 2001. It has since grown into a nationwide network of chaplains in 48 states who are specifically trained to deal with crisis situations. They have deployed to approximately 250 disaster sites, including shootings, floods, hurricanes, wildfires and tornadoes.


http://www.christiannewswire.com/news/5923979597.html


Revenir en haut
maria
Administrateur

Hors ligne

Inscrit le: 18 Juin 2011
Messages: 32 401
Féminin

MessagePosté le: Sam 23 Sep - 17:08 (2017)    Sujet du message: CHRISTIANITY & NATIONAL SECURITY : EXPLORING CHURCH TEACHING ON GOVERNMENT'S VOCATION Répondre en citant



CHRISTIANITY & NATIONAL SECURITY : EXPLORING CHURCH TEACHING ON GOVERNMENT'S VOCATION


Register Today

What
Providence: A Journal of Christianity & American Foreign Policy is hosting this groundbreaking two-day conference on essential historic Christian teaching about God’s purpose for government, starting with its vocation for security and public order. The conference will include leading scholars and practitioners of political theology and national security. They will address issues such as Just War teaching, nuclear weapons, Reinhold Niebuhr, Christian Realism, nationalism, international human rights, American Exceptionalism, torture, and terrorism. This event is open to all but is especially aimed at Christian young people who are graduate students or early career. Event includes two lunches and two breakfasts. Scholarships are available to students, military and clergy.

When
Date: Sep 29-30

Where
Georgetown University Hotel & Conference Center (Jesuit University)
3800 Reservoir Road, NW
Washington, DC 20057
202-687-3200
Hotel rooms are available at Georgetown University Hotel for $189 per night. Reservations can be made with Joseph Rossell.

Speakers
Walter Russell Mead 
James Clarke Chace Professor of Foreign Affairs and Humanities at Bard College
Walter Russell Mead is Editor-at-Large of The American Interest magazine, author Special Providence: American Foreign Policy and How it Changed the World.

Joseph E. Capizzi
 Ordinary Professor of Moral Theology at the Catholic University of America
Joseph E. Capizzi is Research Fellow at the VADM James B. Stockdale Center for Ethical Leadership at the U.S. Naval Academy.

Thomas Farr 
Associate professor of practice of religion and world affairs at Georgetown’s Walsh School of Foreign Service
Thomas Farr is director of Religious Freedom Research Project at Berkley Center, president of the Religious Freedom Institute.

Joseph Hartman  Attorney, Adjunct Assistant Professor, Georgetown University Department of Government
Joseph Hartman wrote his doctoral dissertation titled “In His Image: God and Man in the Political Philosophy of Reinhold Niebuhr.”.

Marc LiVecche
 Managing editor of Providence and Scholar of Christian Ethics, War, & Peace at the Institute on Religion and Democracy
Marc LiVecche completed doctoral studies at the University of Chicago, dissertation: With Malice Toward None: The Moral Ground for Killing in War.

Joseph Loconte 
Associate Professor of History at The King’s College in New York City, teaching Western Civilization, American Foreign Policy, and International Human Rights
Joseph Loconte is author of A Hobbit, a Wardrobe, and a Great War: How J.R.R. Tolkien and C.S. Lewis Rediscovered Faith, Friendship, and Heroism in the Cataclysm of 1914-1918.

Jennifer Marshall
 Vice President for the Institute for Family, Community, and Opportunity
Jennifer Marshall is a Joseph C. and Elizabeth A. Anderlik Fellow, Heritage Foundation.

Eric Patterson  Dean of Robertson School of Government at Regent University
Eric Patterson is the author or editor of 10 books, including Ending Wars Well: Just War Thinking and Post-Conflict and Ethics Beyond War's End (Georgetown University Press, 2012.

Timothy Mallard
 U.S. Army Colonel & Chaplain, Ph.D. in Christian Ethics from the University of Wales Trinity Saint David
Timothy Mallard is a graduate of the U.S. Army War College, veteran of five combat and operational deployments overseas.

Keith Pavlischek
 Military affairs expert with focus on just war theory and ethics of war
Keith Pavlischek is a retired U.S. Marine Corps colonel with Iraq and Afghanistan service, author of John Courtney Murray and the Dilemma of Religious Toleration.

Daniel Strand
 Postdoctoral fellow in the Center for Political Thought and Leadership at the Arizona State University
Daniel Strand is a contributing Editor to Providence.

Paul Marshall
 International religious liberty scholar affiliated with Baylor University
Paul Marshall is a scholar affliate with the Hudson Institute and Syarif Hidayatullah State Islamic University Jakarta, Indonesia.

Robert Nicholson
 Founder and Executive Director of The Philos Project, and a publisher of Providence
Robert Nicholson is a former U.S. Marine and a 2012-13 Tikvah Fellow. Robert's advocacy focuses on spreading the vision of a multi-ethnic and multi-religious Middle East based on freedom and rule of law.

Emilie Kao 
Director of the Richard and Helen DeVos Center for Religion & Civil Society at The Heritage Foundation
Emilie Kao was formerly with U.S. State Department and The Becket Fund for Religious Liberty.

Mary Habeck 
Adjunct professor at Johns Hopkins School of Advanced & International Studies
Mary Habeck held appointment with the National Security Council and served as associate professor of history at Yale University.

Matthew Kroenig
 Associate Professor in Department of Government and Edmund A. Walsh School of Foreign Service at Georgetown University and Senior Fellow in Brent Scowcroft Center on International Security at The Atlantic Council
Matthew Kroenig is the author or editor of six books, including the forthcoming, The Logic of American Nuclear Strategy (Oxford University Press). His articles have appeared in many publications, including: American Political Science Review, Foreign Affairs, Foreign Policy, International Organization, The Wall Street Journal, & The Washington Post.

John P. Gallagher
 Senior Vice President at Tracker Capital Management. Former president/CEO of Institute for Global Engagement
John P. Gallagher is a former Special Assistant to the Chairman of Joint Chiefs, Commander of U.S. Central Command, & Commander of International Security Assistance Force in Afghanistan. Taught U.S. politics/counterterrorism at West Point. 25 years in U.S. Army deployed to Egypt, Kosovo & Afghanistan. Co-editor of Debating the War of Ideas (2009).

David Shedd
 Over 30 year career in intelligence and diplomacy including acting director of Defense Intelligence Agency
David Shedd is a former Deputy Director of National Intelligence, CIA Chief of Congressional Liaison, and postings in Costa Rica and Mexico. Visiting distinguished fellow in Heritage Foundation’s Davis Institute for National Security & Foreign Policy & Adjunct Professor at Patrick Henry College.

Pictures : https://providencemag.com/christianity-national-security/


Revenir en haut
maria
Administrateur

Hors ligne

Inscrit le: 18 Juin 2011
Messages: 32 401
Féminin

MessagePosté le: Dim 1 Oct - 02:50 (2017)    Sujet du message: BILLY GRAHAM RAPID RESPONSE TEAM CHAPLAINS COMFORT SURVIVORS OF THE LONDON APARTMENT FIRE Répondre en citant



BILLY GRAHAM RAPID RESPONSE TEAM CHAPLAINS COMFORT SURVIVORS OF THE LONDON APARTMENT FIRE


Contact: Erik Ogren, 704-401-2117, eogren@bgea.org

CHARLOTTE, N.C., June 14, 2017 /Christian Newswire/ -- Crisis-trained chaplains with the Billy Graham Rapid Response Team are in London, England, following last night's devastating fire at the 24-story Grenfell Tower apartment building. The latest reports confirm 12 fatalities, though the number is expected to rise as teams continue to search the site.
 
It is the third time in as many weeks that the Billy Graham Rapid Response Team has deployed chaplains in the United Kingdom. The group provided emotional and spiritual care to survivors and mourners following the Manchester Arena bombing on May 22, and the June 3 attack on London Bridge and the Borough Market. Chaplains with the ministry also responded to London following the terror attack in March.
 
"Four terrible incidents in less than three months have left many struggling and hurting here in the United Kingdom. Even before this latest tragedy, our chaplains have spoken with so many in recent weeks who are weary, broken and hopeless," said Rev. Dr. Sean Campbell, executive director of the Billy Graham Evangelistic Association of the U.K. "In the midst of the heavy darkness, however, exists a great opportunity for us as the church to show and speak of Christ's love and compassion."

Jack Munday, international director of the Billy Graham Rapid Response Team, added, "Tragedies involving the sudden and violent loss of life are always incredibly difficult to comprehend and process, and the fact that our brothers and sisters in the U.K. have endured so many in such a short time is unprecedented and only serves to heighten the anguish. The continuous onslaught of pain brings physical, emotional and spiritual trauma to the entire community. Please join us in prayer for all of those affected."
 
For more information on the ministry, including videos, photos, news articles and an interactive map of former and current deployments, visit www.billygraham.org/rrt. Updates can also be found at www.facebook.com/RRTChaplains.
 
About the Billy Graham Rapid Response Team:
The Billy Graham Rapid Response Team was developed by Franklin Graham and the Billy Graham Evangelistic Association following the attacks of Sept. 11, 2001. It has since grown into a nationwide network of chaplains in 48 states who are specifically trained to deal with crisis situations. They have deployed to approximately 250 disaster sites, including shootings, floods, hurricanes, wildfires and tornadoes.


http://www.christiannewswire.com/news/1135279701.html


Revenir en haut
maria
Administrateur

Hors ligne

Inscrit le: 18 Juin 2011
Messages: 32 401
Féminin

MessagePosté le: Mer 18 Oct - 03:26 (2017)    Sujet du message: CALIFORNIA WILDFIRES : BILLY GRAHAM RAPID RESPONSE TEAM CHAPLAINS DEPLOY TO OFFER COMFORT TO THE DISPLACED Répondre en citant



CALIFORNIA WILDFIRES : BILLY GRAHAM RAPID RESPONSE TEAM CHAPLAINS DEPLOY TO OFFER COMFORT TO THE DISPLACED


Contact: Erik Ogren, 704-401-2117, eogren@bgea.org
 
CHARLOTTE, N.C., Oct. 13, 2017 /Christian Newswire/ -- The Billy Graham Rapid Response Team has deployed chaplains to the Santa Rosa, Calif., area to offer hope and comfort to those who have been displaced by the massive and deadly wildfires. It is being reported that more than 30 people have been killed in the fires, with hundreds more missing. Thousands of homes and structures have been destroyed, and countless families have been evacuated.
 
"The images we've seen are grim and shocking, and yet they don't even begin to provide the full context for the suffering that is taking place as so many have had their lives turned upside down in the blaze," said Jack Munday, international director of the Billy Graham Rapid Response Team. "When people are evacuated they lose their safety net and comfort zone. In many cases, they don't know if they'll ever see that piece of themselves again, or if they'll return to an ash-covered slab. Our chaplains will share the hope and comfort of Jesus in the midst of the pain." 
 
It is anticipated that the initial effort will include ministry in shelters and alongside churches in the impacted areas.
 
The deployment to California is the latest in a two-month span that has seen an unprecedented series of natural and man-made disasters. The Billy Graham Rapid Response Team continues to work in five areas of Texas (Houston, Pearland, Rockport, Santa Fe and Victoria) following Hurricane Harvey and two areas of Florida (Key West and Naples) following Hurricane Irma. Ministry has been completed in Fort Myers and in shelters throughout both states. Chaplains who live in Puerto Rico continue to reach out to their churches and communities following the devastating impact of Hurricane Maria. Finally, Billy Graham Rapid Response Team chaplains are also in Las Vegas following last week's shooting.
 
All told, some 380 crisis-trained chaplains have rotated into these deployments dating back to Hurricane Harvey's landfall in late August. They have prayed with and comforted more than 24,000 people during that time.
 
For more information on the ministry, including videos, photos, news articles and an interactive map of former and current deployments, visit www.billygraham.org/rrt. Updates can also be found at www.facebook.com/RRTChaplains.
 
About the Billy Graham Rapid Response Team:
The Billy Graham Rapid Response Team was developed by Franklin Graham and the Billy Graham Evangelistic Association following the attacks of Sept. 11, 2001. It has since grown into an international network of chaplains in the U.S., U.K., Canada and Australia who are specifically trained to deal with crisis situations. They have deployed to more than 270 disaster sites, including shootings, floods, hurricanes, wildfires and tornadoes.

http://www.christiannewswire.com/news/3352980255.html


Revenir en haut
maria
Administrateur

Hors ligne

Inscrit le: 18 Juin 2011
Messages: 32 401
Féminin

MessagePosté le: Jeu 22 Fév - 21:58 (2018)    Sujet du message: FEB 22 NEW Q POST BRIEF / CIA'S USE OF JOURNALISTS AND CLERGY IN INTELLIGENCE OPERATIONS Répondre en citant

FEB 22 NEW Q POST BRIEF



VIDEO : https://www.youtube.com/watch?v=rgjaJb8akFk&pbjreload=10


CIA'S USE OF JOURNALISTS AND CLERGY IN INTELLIGENCE OPERATIONS


Pdf document : https://www.intelligence.senate.gov/sites/default/files/hearings/ciasuseofj…

Pdf document : https://www.archives.gov/files/research/jfk/releases/docid-32403785.pdf


Revenir en haut
maria
Administrateur

Hors ligne

Inscrit le: 18 Juin 2011
Messages: 32 401
Féminin

MessagePosté le: Sam 21 Juil - 11:45 (2018)    Sujet du message: PROTESTANT DIRECTOR OF RELIGIOUS EDUCATION Répondre en citant



PROTESTANT DIRECTOR OF RELIGIOUS EDUCATION


Solicitation Number: FA520918U0021
Agency: Department of the Air Force
Office: Pacific Air Forces
Location: 374 CONS - Yokota

  • Original Synopsis
    Jul 20, 2018
    11:20 pm



Solicitation Number:
FA520918U0021

Notice Type:
Combined Synopsis/Solicitation

Synopsis:
Added: Jul 20, 2018 11:20 pm
Solicitation Number: FA5209-18-U-0021

Notice Type: Combined Synopsis/Solicitation

1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a Request for Quotation (RFQ) and a written solicitation will not be issued.

2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98, effective 01-May-2018. The DFARS provisions and clauses are those in effect to DPN 20171228, effective 28 December 2017. The AFFARS provisions and clauses are those in effect to AFAC 2018-0525, effective 25-May-2018.

3. The NAICS is 813110, Small Business Size Standard for this NAICS code is $7.5 M.

4. There is no set aside for this RFQ in accordance with FAR 19.000(a) as this contract will be performed solely in Japan.

5. The Pricing Schedule and Performance Work Statement (PWS) are incorporated as Attachment 1 and 2 respectively. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.

6. The government intends to award a firm-fixed price (FFP) contract, based on a competitive action in which award shall be made to the lowest priced technically acceptable (LPTA).

7. DESCRIPTION:
The contractor shall coordinate and administer the comprehensive Protestant Director of Religious Education program and assist the Senior Protestant Chaplain in determining curriculum needs, selecting appropriate curricula in accordance with Protestant teaching and Air Force Chaplain Corps standards (See Attachment 2).

8. PERIOD OF PERFORMANCE (POP): Basic period of 30-Sep-2018 through 29-Sep-2019 and four (4) one-year option periods.

9. Deadline for receipt of offers: 27-Jul-2018, 3:30 PM, Japan Standard Time (JST).

10. Questions are due no later than 24-Jul-2018, 3:30 PM, JST.

11. The following provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015)

Addenda to FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2015)
Paragraph (b)(4) is modified to read as follows:

Part 1. Resume and Letters of Recommendation
a. Submit one (1) copy of Resume, which describes the required and/or preferred Competence of Contracted Personnel prescribed in Paragraph 1.1.5 of the PWS document, and Letters of Recommendation to Paola Caceres at paola.caceresvillalba@us.af.mil no later than the deadline stated above.
b. Submit a copy of Past Experience Reference List (See Attachment 3 of this RFQ).

Part 2. Price Schedule
a. The contractor shall submit one (1) copy of Price Schedule and any
pertinent additional information.
b. Period for the acceptance of offers. The offeror agrees to hold the prices in its offer for 90 calendar days from the date specified for receipt of offers.

Paragraph (c) is modified to read as follows:
(c) Instructions to complete FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) ALTERNATE I (OCT 2014):

Paragraphs (c)8, (c)11, (d), (f), (g), (i), and (k) are not applicable to non-US vendors and are not required to be completed.

(End of Addenda)

FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014)
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and technical acceptability considered. The Government intends to make award to the lowest priced technically acceptable. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process:

1. Technical Acceptability
2. Price

(i) Technical acceptability is met when the offeror submits proof of the mandatory experience (resume) to the level as required in the PWS and this RFQ. The offeror is requested to submit the following for overall assessment of technical acceptability. Technical acceptability is determined by acceptable competency in accordance with Paragraph 1.1.5. Competency of Contracted Personnel.
(ii) The price evaluation will be made on the basis of the total price of all line items including all options. An offeror must therefore propose on all line items including options. The Government shall evaluate based on lowest price technical acceptability. If the lowest offeror meets the Government technical acceptability standard as defined in below paragraph b(ii), the contract may be awarded to the lowest offeror. If the lowest offeror fails to meet the Government technical acceptability as defined in below paragraph b(ii), it will be eliminated from consideration for award.

Price Evaluation for Utilization of FAR 52.217-8, Extension of Services Clause: In order to meet the requirement of FAR Part 6 and FAR Part 17, the price equivalent to the 6 months extension of services authorized by FAR 52.217-8 will be evaluated separately, and will not be factored as part of the total evaluated price for award.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(End of Provision)

FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2016)

Offeror shall include a completed copy of the provision. (See Attachment 4 of this RFQ)

11. The following clauses apply to this acquisition:

FAR 52.212-4 Contract Terms and Conditions--Commercial Items (May 2015)

Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items (May 2015)

(c) Changes. The text is deleted and replaced as follows:

FAR 52.217-8, Option to Extend Services (Nov 1999) and FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) have been added by addendum to this contract. In accordance with terms and conditions of the clause, the Contracting Officer may unilaterally exercise any option(s). All other changes to the terms and conditions of this contract shall be made only by written agreement of the parties.

For Local Contractors

(k) Taxes. The text is deleted and replaced as follows:

(1) Unless otherwise provided in this contract, the contract price includes all applicable taxes and duties, except taxes and duties that the Government of the United States and the Government of Japan have agreed shall not be applicable to expenditures in Japan by or on behalf of the United States.
(2) The Status of Forces Agreement between the Japan and the United States and implementing the Japanese laws authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces
(3) TAX EXEMPTION: In accordance with (IAW) United States Forces Japan (USFJ), Instruction 51-5, para 2.1, "Article XII of the Status of Forces Agreement under Article VI of the Treaty of Mutual Cooperation and Security between the US and Japan (hereinafter: US-Japan SOFA), provides the basis whereby the US Armed Forces (either appropriated-fund organizations or purchases made by "authorized procurement agencies" for appropriated-fund organizations or no appropriated-fund instrumentalities) obtain exemption from Japanese taxes in connection with procurement in Japan of materials, supplies, equipment and services for official purposes."
The appointed Defense Finance and Accounting Services (DFAS) office, upon payment, will issue the payment voucher and SF 1034 (tax exemption certificate).

(End of Addenda)

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2018)

(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 (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).

(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:

__X__(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).
__X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
__X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
___ (10) [Reserved]
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).
___ (ii) Alternate I (Nov 2011) of 52.219-3.
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).
___ (ii) Alternate I (Jan 2011) of 52.219-4.
___ (13) [Reserved]
___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
___ (ii) Alternate I (Oct 1995) of 52.219-7.
___ (iii) Alternate II (Mar 2004) of 52.219-7.
___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)).
___ (ii) Alternate I (Nov 2016) of 52.219-9.
___ (iii) Alternate II (Nov 2016) of 52.219-9.
___ (iv) Alternate III (Nov 2016) of 52.219-9.
___ (v) Alternate IV (Nov 2016) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
__X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).
___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).
___ (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514
___ (ii) Alternate I (Oct 2015) of 52.223-13.
___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-14.
___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
___ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-16.
__X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696).
___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
___ (ii) Alternate I (Jan 2017) of 52.224-3.
___ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
___ (ii) Alternate I (May 2014) of 52.225-3.
___ (iii) Alternate II (May 2014) of 52.225-3.
___ (iv) Alternate III (May 2014) of 52.225-3.
___ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
__X__ (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
___ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).
___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
___ (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).
__X__ (56) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).
___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).
___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).
___ (ii) Alternate I (Apr 2003) of 52.247-64.
(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, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)
___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).
___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).
___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).
___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).
(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 the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(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, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(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)

FAR 52.217-8 Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor not later than 30 days of contract expiration.

FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 Months.

(End of Clause)

252.232-7003 Electronic Submission of Payment Requests And Receiving Reports
(JUNE 2012)

(a) Definitions. As used in this clause-

(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation.
(2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.
(3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.
(4) Receiving report means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.
(c) The Contractor may submit a payment request and receiving report using other than WAWF only when-

(1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment;
(2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System);
(3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or
(4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required.

(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract.
(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests.

(End of Clause)

252.232-7006 Wide Area Workflow Payment Instructions (May 2013)

(a) Definitions. As used in this clause--

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

2in1

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

F4G1D7

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*
--------------------------------------------------------------------------------------------
Field Name in WAWF Data to be entered in WAWF
--------------------------------------------------------------------------------------------
Pay Official DoDAAC F78800
Issue By DoDAAC FA5209
Admin DoDAAC FA5209
Inspect By DoDAAC F4G1D7
Ship To Code F4G1D7
Ship From Code Not Applicable
Mark For Code F4G1D7
Service Approver (DoDAAC) F4G1D7
Service Acceptor (DoDAAC) F4G1D7
Accept at Other DoDAAC Not Applicable
LPO DoDAAC Not Applicable
DCAA Auditor DoDAAC Not Applicable
Other DoDAAC(s) Not Applicable

--------------------------------------------------------------------------------------------

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.

To be determined

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

To be determined

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

N/A

(End of Clause)

12. Attachments:

Attachment 1: Price Schedule for Protestant DRE
Attachment 2: Performance-based Work Statement (PWS)
Attachment 3: Present/Past Experience Reference List
Attachment 4: Offeror Reps & Certs

Please consult the list of document viewers if you cannot open a file.

Attachments Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Posted Date:
July 20, 2018

Attachment_1_Price_Schedule_for_Protestant_DRE.doc (57.00 Kb)

Description: Attachment 1 Price Schedule

Attachment_2_Performance_Work_Statement_PWS.pdf (388.00 Kb)

Description: Attachment 2 PWS

Attachment_3_Present-Past_Experience_Reference_List.... (37.00 Kb)

Description: Attachment 3 Present/Past Experience

Attachment_4_Offeror_Reps_&_Certs.docx (32.72 Kb)

Description: Attachment 4 Offeror Reps and Certs

Contracting Office Address:
Unit 5228
Yokota AB, APO Japan, 96328-5228

Place of Performance:
Yokota Air Base
Fussa,
Japan

Primary Point of Contact.:
Paola Caceres,
Contracting Specialist
paola.caceresvillalba@us.af.mil
Phone: 3152255473

https://www.fbo.gov/index?s=opportunity&mode=form&id=a415847281fb44…


Dernière édition par maria le Sam 21 Juil - 12:01 (2018); édité 1 fois
Revenir en haut
maria
Administrateur

Hors ligne

Inscrit le: 18 Juin 2011
Messages: 32 401
Féminin

MessagePosté le: Sam 21 Juil - 11:59 (2018)    Sujet du message: CATHOLIC RELIGIOUS EDUCATION COORDINATOR Répondre en citant



CATHOLIC RELIGIOUS EDUCATION COORDINATOR

Solicitation Number: M0031818Q0012
Agency: Department of the Navy
Office: United States Marine Corps
Location: MCB Hawaii Kaneohe Bay




Solicitation Number:
M0031818Q0012

Notice Type:
Combined Synopsis/Solicitation

Synopsis:
Added: Jul 17, 2018 11:45 pm 

The Regional Contracting Office, Marine Corps Base Hawaii (MCBH) has a requirement for a Catholic Religious Education (CRE) Coordinator. The CRE provides services for the Roman Catholic Religious Education Program in accordance with the mission of the Catholic Director of Religious Education (DRE) (whom is a Roman Catholic Priest/Chaplain).

The CRE shall plan, execute and supervise a comprehensive program for the Catholic Religious Education in accordance with the Performance Work Statement (PWS) (See the RFQ).  The total period of performance shall be a one-year base period with two (2) one-year option periods. The Contractor shall provide all labor required to perform the technical requirements of the PWS.  The Contractor shall arrive on site and remain 15 minutes after each class. This synopsis is prepared in accordance with FAR Part 12, Acquisition of Commercial Items.  The provisions and clauses in the Request for Quotations are those in effect through FAC 2005-99.  The Request for Quotation (RFQ) number is M00318-18-Q-0012.  The anticipated contract will be a Firm Fixed Price Contract. This procurement is a total set-aside for small business concerns or Nonprofit Organizations per DFARS 252.219-7012. Only quotes submitted by small business concerns or Nonprofit Organizations will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern or Nonprofit Organization will not be considered for award. The North American Industry Classification System Code (NAICS) and the small business size standard for this procurement is 813110 and 7.5 Million respectively. All contractors must be registered in the Systems for Award Management database to be eligible for a Department of Defense contract award. All responsible sources may submit a quotation which shall be considered by the agency. The Government will award a single contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offerors: Award will be made to the lowest priced technically acceptable responsive responsible offeror.  In order to be technically acceptable, offerors need to submit or meet at a minimum the following: 1: A letter of recommendation from a catholic military chaplain or senior pastor stating he/she is an active, practicing member of the catholic community. 2: A resume supporting the offerors' qualifications and technical requirements. 3: A copy of degree or documentation of required experience. 4: A narrative supporting professional knowledge of the tenants of faith of the catholic community and understand the requirements for religious support of children, youth and adults onboard military installations. 5: A signed statement: "I assent to all of the terms and conditions of the RFQ, including the Early Termination Requirements.  I understand that if I do not comply with the Early Termination Requirements, the order may be subject to a termination for cause in accordance with FAR 52.212-4(m) and in that case, I will be liable to the Government for all costs associated with the termination."  Offerors shall provide the following with their quote: 1. RFQ - M00318-18-Q-0012. 2. A completed Offeror Representations and Certifications (52.212-3).  An offeror shall complete only paragraph (j) of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov/portal/SAM/?activationCode=5O0L8iomj4Q5J3d#1. If an offeror has not completed the annual representations and certificates electronically via the SAM website, the offeror shall complete only paragraphs (b) through (i) of this provision. 3. A completed FAR clauses if not available via the SAM ORCA database FAR clauses 52.209-2 Prohibition on Contracting with inverted Domestic Corporations-Representations and FAR clause 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law. 4. Offerors Information.  Offerors shall provide their Tax Identification Number (TIN) and applicable DUNS Number and Cage Code. The RFQ will be available on or about 17 July 2018. Quotations are due no later than 23 July 2018 at 2:00 p.m. HST, to be received at the following e-mail address: steven.takasaki@usmc.mil  Direct any questions or concerns in writing to: Steven Takasaki, Contract Specialist, phone: 808-257-5716, facsimile: 808-257-2350 or to the e-mail address specified above.  The RFQ can be downloaded from the Federal Business Opportunities site.

Please consult the list of document viewers if you cannot open a file.

Catholic Religious Education Coordinator
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Posted Date:
July 17, 2018

M00318-18-Q-0012_Catholic_Religious_Education_Coordi... (393.50 Kb)

Description: Catholic Religious Education Coordinator

Amendment 1
Type:
Mod/Amendment

Posted Date:
July 20, 2018

M00318-18-Q-0012-0001_Catholic_Religious_Education_C... (40.00 Kb)

Description: This amendment is issued to provide answers to questions received.

Contracting Office Address:
Box 63063
Kaneohe Bay, Hawaii 96863-3063
United States

Place of Performance:
MCBH
Bldg. 6677, Base Chapel
kaneohe Bay, Hawaii 96863-3063
United States

Primary Point of Contact.:
Steven Takasaki,
Contract Specialist
steven.takasaki@usmc.mil
Phone: 8082575716
Fax: 8082572350

https://www.fbo.gov/index?s=opportunity&mode=form&id=c05abc39744bef…

 

Catholic Religious Education Coordinator

 
Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label:

Catholic Religious Education Coordinator

M00318-18-Q-0012_Catholic_Religious_Education_Coordi... (393.50 Kb)

Description: Catholic Religious Education Coordinator


https://www.fbo.gov/index?tab=documents&tabmode=form&subtab=core&tabid=60caf15e253619947203d3264a2ae20d

and

https://www.fbo.gov/index?s=opportunity&mode=form&id=c05abc39744bef…


Revenir en haut
Montrer les messages depuis:   
Poster un nouveau sujet   Répondre au sujet    LE VOÎLE DÉCHIRÉ (1) Index du Forum -> CONSEIL MONDIAL DES ÉGLISES/WORLD COUNCIL OF CHURCHES - voir les sous-groupes dans cette section -> LOI MARTIALE : LE CHRÉTIEN DOIT-IL SE SOUMETTRE À SON GOUVERNEMENT? (PARTIE 2) Toutes les heures sont au format GMT + 2 Heures
Aller à la page: <  1, 2
Page 2 sur 2

 
Sauter vers:  

Index | Creer un forum | Forum gratuit d’entraide | Annuaire des forums gratuits | Signaler une violation | Charte | Conditions générales d'utilisation
Powered by phpBB © 2001, 2005 phpBB Group
Traduction par : phpBB-fr.com