This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM and NECO (https://www.neco.navy.mil/). The RFQ number is N0018921QG148. It is the responsibility of the vendor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 711510 and the Small Business Standard is $8.0 Million. The requirement is 100% Small Business Set Aside. Commander Navy Region Mid-Lant Chapel request Director of Religious Music Services according to the incorporated Performance Work Statement (PWS) in RFQ N0018921QG148 at Naval Submarine Base NLON, Groton, CT 06349. In order to ensure that all questions submitted by potential quoters are answered prior to the solicitation closing date, one consolidated list of questions concerning the solicitation should be submitted via e-mail to the contracting point of contact, Jennifer Vatousiou (Patton) at jennifer.m.patton@navy.mil no later than 12:00 pm, Eastern Standard Time (EST), on 31 August 2021. The Government reserves the right not to respond to any questions received concerning this solicitation after the questions receipt date above. Accordingly, vendors are encouraged to carefully review all solicitation requirements and submit questions to the Government early in the solicitation timeframe. Period of Performance: Base Year 01 October 2021 to 30 September 2022 CLIN 1001 Worship Protestant 52 Units CLIN 1002 Rehearsal Protestant 40 Units CLIN 1003 Special Services Protestant 5 Units CLIN 1004 Worship Roman Catholic 52 Units CLIN 1005 Rehearsal Roman Catholic 40 Units CLIN 1006 Special Services Roman Catholic 10 Units CLIN 1007 Special Services 5 Units TOTAL 204 Units Option Year One (1) 01 October 2022 to 30 September 2023 CLIN 2001 Worship Protestant 52 Units CLIN 2002 Rehearsal Protestant 40 Units CLIN 2003 Special Services Protestant 5 Units CLIN 2004 Worship Roman Catholic 52 Units CLIN 2005 Rehearsal Roman Catholic 40 Units CLIN 2006 Special Services Roman Catholic 10 Units CLIN 2007 Special Services 5 Units TOTAL 204 Units Option Year Two (2) 01 October 2023 to 30 September 2024 CLIN 3001 Worship Protestant 52 Units CLIN 3002 Rehearsal Protestant 40 Units CLIN 3003 Special Services Protestant 5 Units CLIN 3004 Worship Roman Catholic 52 Units CLIN 3005 Rehearsal Roman Catholic 40 Units CLIN 3006 Special Services Roman Catholic 10 Units CLIN 3007 Special Services 5 Units TOTAL 204 Units Option Year Three (3) 01 October 2024 to 30 September 2025 CLIN 4001 Worship Protestant 52 Units CLIN 4002 Rehearsal Protestant 40 Units CLIN 4003 Special Services Protestant 5 Units CLIN 4004 Worship Roman Catholic 52 Units CLIN 4005 Rehearsal Roman Catholic 40 Units CLIN 4006 Special Services Roman Catholic 10 Units CLIN 4007 Special Services 5 Units TOTAL 204 Units Six Month Extension FAR 52.217-8 01 October 2025 to 31 March 2026 CLIN 5001 Worship Protestant 26 Units CLIN 5002 Rehearsal Protestant 20 Units CLIN 5003 Special Services Protestant 3 Units CLIN 5004 Worship Roman Catholic 26 Units CLIN 5005 Rehearsal Roman Catholic 20 Units CLIN 5006 Special Services Roman Catholic 5 Units CLIN 5007 Special Services 3 Units TOTAL 103 Units Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (APR 2016) Alternate I 52.212-4 Contract Terms and Conditions – Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line-Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea Quotes must be submitted via email to jennifer.m.patton@navy.mil by 07 September 2021 at 1100 a.m. EST (Groton, CT local time) and must include the RFQ, Resume, and FAR 52.222-52. If there are any questions, please contact Mrs. Jennifer Vatousiou (Patton) who can be reached at email jennifer.m.patton@navy.mil. Award will be made to the lowest priced qualified offer. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.