Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

Q -- Speech and Language Services for the Bureau of Indian Affairs (BIA), Bureau of Indian Education (BIE), Kayenta Community School, Kayenta Arizona.

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E060076
 
Response Due
8/28/2006
 
Archive Date
9/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RMK0E060076, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. The North American Industry classification (NAICS) code is 624310 and the business size maximum is $5.0 Million. The proposed contract is a Total Small Business Set-Aside. All small business shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the small business (prime). All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 001: Provide all travel, supplies, materials and personnel to provide speech and language services to the BIA, BIE, Kayenta Community School, Kayenta, AZ in accordance with the Statement of Work. STATEMENT OF WORK. Speech and Language Services. Kayenta Community School, North Highway 163, Kayenta, Arizona is in need of a contractor to provide Speech and Language evaluations and Child Find Screening Services beginning (date of contract approval) through June 30, 2007. The contract shall be awarded as a firm fixed price contract with a base and four (4) option year periods. Breakdown of Costs: The contractor shall provide costs to provide the following: 1. Twelve (12) Initial Evaluations with comprehensive report. 2. Ten (10) Re-evaluations with a comprehensive report 3. Daily consultation rate for 30 visits. 4. Child find Screening (kindergarten) for 60 students. Services will be on-site for the 20 students who have been identified and found eligible as speech and/or language impaired and for any others who may transfer in or be referred, assessed and determined to be in need of these services. Services are provided per P.L. 105-17 and 34 CFR, Part B. THE CONTRACTOR WILL: 1. Be in Kayenta Community School for 20 days from the time of contract approval through June 30, 2007. Preferably contractor will be available 2 times per month, may not always be possible due to holidays, testing, etc. and visit will have to be scheduled around these events. 2. Evaluate and screen students that are due to have Speech/Language re-evaluations or students that have recently been referred for individual evaluation with 30 days after the parents sign the permission to evaluate. 2. Prepare and provide a comprehensive report (3-5 pages) to Kayenta Community School, P.O. Box 188, Kayenta, Arizona 86033 within 30 days after the evaluation takes place. 3. Conduct a Multidisciplinary Team Meeting where the results of the evaluation are explained and discussed with the general education staff, Special education staff and parents, appropriate placement is agreed upon and, if applicable, goals and objectives for therapy are discussed and Individual Education Plan is written. 4. Provide and use standardized testing instruments. 5. Provide direct therapy services in a small group setting with the speech and language technician, modeling therapy sessions with the identified students twice per month (on average, some months may vary) during scheduled visits. 6. Provide technical assistance and training to the education technician who works with the speech-impaired students during the times when the contractor is not present. 7. Provide speech/language in-services to the Special Education staff to explain diagnostic summary. 8. Provide training in Augmentative Language and Assistive technology if found needed by any student. 9. Provide initial Speech/Language Augmentative Communication Services according to IEP's. 10. Provide initial Speech/Language Augmentative Communication Evaluation to determine present level of communicative functioning. 11. Attend contractor provider's meeting with the Western Navajo Agency Speech Education provider's meeting (expected date to be announced in November 2006). 12. Provide a copy of their state certification to Kayenta Community School and Agency Speech Education. The provider must have an approved security background investigation clearance. 13. Be aware that once the award is made, additional service days, assessments, etc. will not be allowed without first receiving the modification approval from the contracting offices. OTHER REQUIREMENTS. Contractor must provide name of the service provider who will be assigned to Kayenta Community School. The service provider shall have a favorable background investigation on file with the BIA, BIE, Security Office. Call 505-563-5287 for information and forms. Qualifications of Expert Provider. Knowledge, skills and abilities required of expert provider: 1. Certified as a Speech and Language Pathologist. 2. Experience working with BIA, BIE schools. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov<http://www.ccr.gov/>), and DUNS Number when submitting your quote. The Offeror shall provide the lump sum cost for the base and four option year periods with a breakdown of their cost to provide this service in accordance with the four areas in the Breakdown of Costs Section ; and, provide a copy of their credentials, including but not limited the college diploma. The offeror shall have a favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program in accordance with the Background Investigations Clause. Please contact the Security Office at (505) 563-5287 to begin process. The Offeror shall provide the lump sum cost with a breakdown of their cost to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov<http://www.arnet.gov/> or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference. . Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Background Investigations Clause; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.217-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 4.5 years); 52.217-3 Evaluation Exclusive of Options; and, FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS OF EXPERT PROVIDER section of SOW 1c. Past Experience: List contracts that are of comparable size, complexity and similar. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is August 28, 2006; 2:00pm Local Time. You may mail your quote to BIA, Division of Acquisitions, OIEP, P.O. Box 829, Albuquerque, NM 87103, or you can fax your quotes to (505) 563-3044.
 
Record
SN01123715-W 20060825/060823221726 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.