Amendment 01: The purpose of this modification is to:
1) Change the quantity amount from 52 weeks to 12 months for CLIN'S 0001,1001,2001,3001,4001, 5001.
2)Change description from monthly rehearsal to weekly rehearsal for CLIN'S 0002,2002,3002,4002, 5002. All other terms and conditions remain unchanged.
Please see Attached amenedment document as well as updated PWS dated 9/4/2025
Additionally, questions and answers have been published.
______________________________________________________________________________
This is a combined synopsis/solicitation for commercial products or commercial 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; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation FA468625QS006, is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05.
(iv) The associated NAICS code is 711510. This is being solicited as a 100% small business set-aside and the small business-size standard is $9M.
(v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable) is identified in Attachment 1- SF 1449.
(vi) The Government is seeking a qualified individual to serve as the Music Director and Musician for Catholic Service programs. Responsibilities for these programs include weekly Mass, weekly choir rehearsal, and special events as outlined in the PWS.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point is identified in Attachment 1- SF1449, Section F- Deliveries or performance schedules.
(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and the specific evaluation criteria to be included is identified in Attachment 1, SF1449.
(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
(xii). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [1] Commercial Products and Commercial Services, applies to this acquisition and the additional FAR clauses cited in Attachment 1 are applicable to the acquisition.
(xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. NONE
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable.
(xv) Quotes are due 11 September 2025, by 10 AM PST to the POCs identified in this posting.
(xvi) The name and telephone number of the individual(s) to contact for information regarding the solicitation is Contracting Officer, Katie Moe at katherine.moe@us.af.mil and Contract Specialist, Lamar Mullins at lamar.mullins@us.af.mil.