SOLICITATION NOTICE
R -- Early Intervention Services (Routine-Based Interviews) Conference Facilitator
- Notice Date
- 5/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W81K0409Q0002
- Response Due
- 5/5/2009
- Archive Date
- 7/4/2009
- Point of Contact
- Brandon York, 210-221-3347<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures For Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation # W81K04-09-Q-0002 is issued as a request for quotations (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 and DCN 20090115. The associated North American Industrial Classification System (NAICS) code for this procurement is 611430. The Size Standard for small business is $7.0M. This RFQ is being issued as 100% Total Small Business Set Aside. All responsible Contractors shall provide an offer for the following services: Line Item 0001: Early Intervention Services Conference Facilitator (Includes Travel and Lodging Expenses). Focused on Routine-Based Interviews (Non-personal Services). Dates: 13-14 May 2009. Location: Gaylord Opryland Hotel, Nashville, TN; Quantity 1 each; Total Price - $ __________ Line Item 0002: Early Intervention Services Conference Facilitator (Excludes Lodging and Travel Expenses, see CLIN 0005 for travel overseas). Focused on Routine-Based Interviews (Non-personal Services). Dates: 3-5 June 2009. Location: Germany; Quantity 1 each; Total Price - $ ______________ Line Item 0003: Training Followup Domestic EDIS Programs IAW PWS paragraph 4.2.1; Period of Performance: 1 August 2009 31 August 2009; Quantity 1 each; Total Price - $ ______________ Line Item 0004: Training Followup Overseas EDIS Programs IAW PWS paragraph 4.2.1; Period of Performance: 1 September 2009 30 September 2009; Quantity 1 each; Total Price - $ ______________ Line Item 0005: Travel Costs for CLIN 0002 Overseas EDIS Programs IAW PWS paragraph 7.4; Period of Performance: 3 June 2009 5 June 2009; Location: Germany; Quantity Dollars; Total Price - $ ______________ Line Item 0006: Contractor Manpower Reporting (CMR) IAW PWS paragraph 10.0; Quantity 1 each; Total Price - $ ______________ Pricing quoted shall include all applicable fees, travel, and labor. Provision 52.212-2 Evaluation of Commercial Items applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose RFQ/offer conforming to the solicitation will be the most advantageous, best value, IAW FAR 13.106-1 to the Government, which will include price and other factors. PERFORMANCE BASED WORK STATEMENT (PBWS) Subject Matter Expert/Instructor on Routine-Based Interviews (RBIs) for Training of Early Intervention Services (EIS) Personnel in Army Educational & Developmental Intervention Services (EDIS) 1. INTRODUCTION: Public Law 102-119, 1991, amended the Defense Dependent Education Act to apply the Individuals with Disabilities Education Act (IDEA) to the Department of Defense (DoD). 1.1. The Final Rule and the DoD policy for implementing IDEA assigned full military medical departments responsibility for developing programs of services that address the needs of infants and toddlers (birth to age 3) with developmental delays and disabilities. These services are known as Early Intervention Services (EIS). 1.2. The DoD Instruction (DoDI) 1242.12, Provision of Early Intervention, Special Education, and Related Services to Eligible DoD Dependents, Apr 05, implements the Legislation and applies to both DoDEA and the military medical departments. The DoDI designated the services assigned to the military medical departments as Educational and Developmental Intervention Services (EDIS). 1.3. Both the Legislation and the DoDI also require that we establish a Comprehensive System of Personnel Development (CSPD) within EDIS to enhance recruitment and retention of highly qualified providers, including pre-service qualifications, personnel standards, and a staff training system. MEDCOM Regulation 40-53, EDIS: Early Intervention Services, Aug 08, implements the EIS within Army EDIS, and contains a extensive guidance for a CSPD. 1.4. Appendix D of MEDCOM Reg. 40-53 requires all EIS providers to participate in a structured system of training towards certification of EIS personnel competencies (Exhibit A), and Appendix E of MEDCOM Reg. 40-53 contains the EIS personnel competency standards (Exhibit B). 1.5. The legislation and the DoDI specify that the military medical departments will implement EIS as a & community-based, family-centered program of services in the childs natural environment. Services must result in &meaningful functional outcomes& for families, and outcomes must be & measurable& 1.6. Over the past several years, internationally recognized early childhood development experts have conducted research that have resulted in service approaches that meet the intent of Congress. The Army EDIS programs have chosen to stay on the cutting edge of current state-of-the art best practices in EIS. The current best practices in EIS that result in functional, meaningful outcomes within natural environments begins with conducting effective Routine-Based Interviews (RBIs) that address family routines and identify the outcomes that make a difference to the family. 2. PURPOSE: The Army MEDCOM EDIS program requires a subject matter expert/instructor to train and prepare EIS providers to conduct effective RBIs that will result in identification of functional outcomes for eligible families. This training activity supports the training goals of the MEDCOM EDIS CSPD, and satisfies requirements of the DoDI and the Legislation. 3. DESIRED OUTCOME: Army EDIS providers who receive this training will demonstrate improved skills in conducting RBIs, and developing functional outcomes for eligible families. The effectiveness of this training will be measured during routine compliance monitoring activities within Army EDIS and reflected on the Individualized Family Service Plans (IFSPs). 4. TASKS: The contractor shall provide the following training and technical support for the Army EDIS programs in domestic and overseas locations: 4.1. Two (2) full days of face-to-face training for a maximum of 85 Army EIS providers at two separate training sites (one domestic and one overseas), delivering the identical training at each site. The training schedule and locations are outlined in paragraph 5 of this PBWS. 4.1. 1. A half day (4 hours) overview of the training objectives, discussion of the value and purpose of the RBI, and review of the attending Army EIS providers experiences and commonly made mistakes. 4.1.2. Two half-days (4 hours each, for a total of 8 hours) of practice with cases, stories or vignettes, during which Army EIS providers will participate, receiving feedback from peers and the training expert(s). 4.1.3. A half day (4 hours) of review of the learning objectives, and planning the next steps for implementing the RBI with fidelity. 4.1.4. An evaluation of each participating Army EIS providers achievement toward the learning objective. 4.1.5. Recommendation to the Army MEDCOM EDIS Program Manager and CSPD Coordinator for implementation strategies to reinforce the RBI training objectives and for continued professional development activities to achieve best-practices in the field of early intervention. 4.2. The contractor shall provide scheduled on-going technical support to Army EDIS over one (1) calendar year following the face-to-face training to ensure full understanding among Army EIS personnel of the effective implementation of the RBI. The technical support will consist of the following: 4.2.1. The contractor shall provide the required technical assistance through conference calls and/or video teleconferencing (VTC) following each of the face-to-face training activities. Each technical activity will last up to 2 hours each, for a maximum of 4 total hours of technical assistance. 4.2.2. The technical assistance shall address questions and concerns submitted by the participating Army EIS providers. The Government shall provide the contractor with a list of topics or questions no later than 3 weeks prior to the scheduled technical assistance activity to allow the contractor preparation time, if needed. 4.2.3. The Government will assume responsibility for the logistical arrangements of scheduling the activities, and coordinate the dates and times with the contractor. Paragraph 5 of this PBWS provides a broad schedule of the follow-up technical assistance events, pending full coordination the contractor and scheduling through Government information management systems. 5. SCHEDULE OF DELIVERABLES: 5.1. The contractor shall deliver the face-to-face training activity described in paragraph 4.1 of this PBWS at two separate locations and at two different times one domestic and one overseas in accordance with the schedule below. 5.1.1 The first of the two training activities shall take place 13-14 May 2009, Gaylord Opryland Hotel, Nashville, TN. 5.1.2. The second training activity will take place 3 - 5 June 2009, Germany. The exact location will be provided to the contractor in ample time to make travel arrangements. 5.2. The follow-up technical assistance activities will occur as coordinated with the contractor and scheduled by the Government during the following months: 5.2.1. Domestic EDIS Programs: August 2009 5.2.2. Overseas EDIS Programs: September 2009 6. CONTRACTOR QUALIFICATION: 6.1. The contractor shall be a recognized subject matter expert and have a Doctoral degree in Early Childhood Intervention or Early Childhood Special Education. 6.2. The contractor shall present evidence of his/her widely recognized expertise in training and mentoring professionals the area of family-centered, routine-based service models for infants and toddlers within early intervention programs. 6.3. The contractor shall have demonstrated expertise in developing training materials and conducting training for multi-disciplinary teams of EIS providers. 6.4. The contractor shall have expertise in Routine-Based Interview 6.5. The contractor shall have expertise with real world protocols for assessing the needs of infants and toddlers with disabilities 6.6. The contractor shall be certified as a Routine-Based Interview Instructor 6.7. The contractor shall have current real world Data on the efficacy of Routine-Based Interview. 7. CONTRACTOR PRICING: The contractor shall price the services in the following manner: 7.1. Preparation Time: The Government considers preparation as an integral part of delivering any training. The contractor shall not itemize the preparation time as a separately billable item. As a subject matter expert on the training topic, the contractors research and preparation time should be minimal. 7.2. Training Time: The contractor shall price the services required under this contract in half-day increments per the description of Tasks listed in Paragraph 4 of this PBWS and the Schedule of Deliverables in Paragraph 5 of this PBWS). 7.3. Travel Time: The contractor shall not identify travel time to and from the designated training sites as a separately billable item. The Government considers travel to the training location as an integral part of delivering the training. 7.4. Travel Costs: The contractor shall not price the travel costs to and from the training sites, whether traveling by public or private conveyance. The cost of travel to and from the domestic training site shall be the responsibility of the contractor, and not otherwise considered in the daily rate of the actual training delivered under this contract. The Government will reimburse the contractor through Government Invitational Travel Orders for travel to the training location in Germany and return to the original point of departure. The Reimbursement rate will not exceed the Government rate authorize by the Joint Travel Regulation (JTR). 8. SUPPLIES, MATERIALS, AND EQUIPMENT: The contractor shall not bill the Government for materials associated with preparation or delivery of the training, nor the master copies of any handouts that the Government can legally reproduce in support of the training. 8.1. Training Handouts: The contractor shall submit to the Government one master copy of each document or handout that will be used in the training. The Government will reproduce these materials for the training participants. 8.2. Copyrighted Materials: The contractor shall ensure that the author or publisher of any copyrighted training materials has given permission to reproduce the documents for use as handouts in the required training. 8.3. Training Equipment: The Government will provide any audio-visual equipment needed to deliver the training. The contractor shall advise the Government of the type of equipment necessary to effectively conduct the training (e.g., slide projector, LCD computer projector, DVD and monitor, etc.). This notification shall be in writing (e-mail) to the Government point of contact in paragraph 10.1. of this PBWS at least 2 weeks prior to the scheduled training. 9. INVOICING AND PAYMENTS: 9.1. The contractor shall obtain a DUNS number and provide it to the Government within 10 days of the award of this contract. This is required for the electronic invoicing for services rendered. 9.2 The contractor shall submit to the Government appropriate account deposit information for electronic depositing of payments into a bank account. 9.3. The contractor shall submit an electronic invoice through the Wide Area Work Flow (WAWF), the Governments web-based invoice processing and payment system. The Government will furnish the necessary information to the contractor to access and complete the invoice in the WAWF. 9.4. The Governments contracting officers representative (COR) listed in paragraph 10.1 below will process the invoice in the WAWF within 7 days of receipt, and the Defense Finance and Accounting System will issue payment in accordance with the terms of this contract. 10. CONTRACTOR MANAGEMENT REPORTING (CMR): ACCOUNTING FOR CONTRACT SERVICES-The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative (COR); (2) Contract or Agreement number, including task, delivery or call number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (i) The Organization title associated with the UIC for this action is: U.S. Army Medical Command. (ii) The UIC for this action is: W3VYAA (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. The contractor shall notify the COR by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the contractor will notify the Contracting Officer. END OF PERFORMANCE WORK STATEMENT The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) 52.212-4 [Contract Terms and Conditions Commercial Items]; (2) FAR provision 252.201-7000 [Contracting Officers Representative]; (3) DFARS provision 252.232-7010 [Levies on Contract Payments]; (4) DFARS provision 252.243-7001 [Pricing of Contract Modifications]; (5) FAR provision 52.232-18 [Availability of Funds]; (6) FAR provision 52.252-2 applies to this acquisition and the following website: http://farsite.hill.af.mil/; (7) DFARS provision 252.212-7001 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items] applies to this acquisition and the following sub FAR clauses apply: 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); (8) Local Clause 5002 [WAWF] applies to this acquisition and the following apply: 2-in-1 Invoicing; (9) FAR provision 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.219-6 [Notice of Total Small Business Set Aside]; 52.219-28 [Post Award Small Business Program Rerepresentation]; 52.222-3 [Convict Labor]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; 52.222-41 [Service Contract Act of 1965]; (10) FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract; (11) FAR provision 52.252-1 applies to this acquisition and the following website: http://farsite.hill.af.mil/; (13) 52.212-2 [Evaluations] Evaluation process: All offers will be evaluated with the following criteria: Technical Capability, Past Performance, and Price; Technical Capabilities Criteria shall include: Ph.D in Education (Early Childhood Special Education), M.A. in Special Education (Severe and Profound Disabilities), B.A. (Bachelor of Arts) in Interdisciplinary Studies (Education and Creative Writing), Expertise in Routine-Based Interview, Expertise with real world protocols for assessing the needs of infants and toddlers with disabilities, Certified as a Routine-Based Interview Instructor, Have current real world Data on the efficacy of Routine-Based Interview; (14) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their offers. If Vendor already has information on ORCA website, please indicate this in accordance with this clause. RFQ/offers must be signed, dated and received by 1700 CST 5 May 2009 or email to brandon.york2@us.army.mil. Preferred RFQ/offer method is via email address to Brandon York at brandon.york2@us.army.mil. All RFQ/offers from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. Point of contact for this combined synopsis/solicitation: Brandon York, email: brandon.york2@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c320c4fc9e3bd2894b1a414c316bf70c&tab=core&_cview=1)
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX<br />
- Zip Code: 78234-5015<br />
- Zip Code: 78234-5015<br />
- Record
- SN01807024-W 20090503/090501221506-c320c4fc9e3bd2894b1a414c316bf70c (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 |