Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

R -- R - Occupational Therapy Services - Tohaali CS, Newcomb, NM

Notice Date
8/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
RMN00100252
 
Response Due
8/19/2010
 
Archive Date
8/17/2011
 
Point of Contact
Lynelle Benallie Contract Specialist 5058638404 lynelle.benallie@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. RMN00100252 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This acquisition is a total small business set-aside. NAICS Code: 621340, Small Business Size Standard: $7.0 million. DESCRIPTION: Occupational Therapist Licensed in the State of New Mexico. Statement of Work Special Education Occupational Therapy Services Tohaali Community School 1. Background Tohaali Community School (TCS) presently does not have an Occupational Therapist. Under the IDEA (Individual with Disabilities Education Act) of 2004 Law and Regulations, it specifically states that Special Education students receiving services be provided FAPE (Free Appropriate Public Education) and if related services are needed to help improve their education performance then those services should be provided too. Currently, TCS has several students needing these services and an Occupational Therapist is needed to work with Tohaali Community School. Tohaali Community School students need an Occupational Therapist on Staff so that students needing these services will be able to receive the services. According to the Individual Education Plan mandated by IDEA 2004, if a child needs these services by law the school has to provide these services. 2. Scope Through the provision of these services, TCS will comply with the IDEA Laws and regulation requirements. The school seeks to ensure that the needs of the students are met appropriately. 3. Objectives The contracted service is sought in order to: A. Provide appropriate services to special education students mandated by the IDEA of 2004 Laws and Regulations. B. To Implement Individual Education Plan goals and objectives and required by the federal and state laws. C. Bring Occupational Therapy (OT) services to the school so that students do not have to travel away to receive these services. 4. TASKS A. Provide Occupational Therapist services for the students with disabilities as soon as possible B. Provide Occupational Therapy evaluations and three year re-evaluations. C. Plan and implement a type of care which will entail OT goals and objectives. D. Participate in IEP meetings for student receiving OT services. E. Be available to parents during parent/teachers conferences to answer questions they may have regarding the OT services and program at Tohaali School. F. Provide in-service to teachers and educational assistance on a need basis. G. Provide training to parents and staff so that they can become familiar with the OT program and share techniques that teachers and parents can do to help children with gross motor development. H. Train Para-professional to assist with the OT goals and exercises. I. Be available for Child Find Activities during school and community events. J. Parents will receive copies of the evaluations and the OT IEP Goals and objectives. K. The vendor will also provide progress reports to parents on a quarterly basis. 5. Delivery The vendor will travel to the Tohaali Community School to provide therapy to students who need OT services. Evaluations and IEP will be provided on school site on a timely manner. Evaluations will be scored and interpreted for parents and staff if needed. The vendor will follow all IDEA of 2004 Laws and Regulation, Confidentiality and FERPA Laws when handling student records and information in reference to students. 6. Government Furnished Property Selected vendor will have access to a school classroom with appropriate OT equipment and materials needed to implement IEP goals and objectives. The vendor will have access to student files and the proper Bureau of Education (BIE) Special Education forms. 7. Security The vendor will follow all IDEA 2004 laws and Regulations pertaining to students' records. Also the vendor will be aware of confidentiality requirements for Special Education students. 8, Place of Performance The vendor will perform all therapy services on school site under the supervision of the school principal. The vendor will also complete the evaluations for students needing to be tested on campus. The reports can be compiled and written at the vendor's office. 9. Period of Performance All work will be performed during the 2010 -2011 during the school year. The vendor will begin immediately when the contract has been approved by all parties involved and ending the last day of the school year, in May of 2011. No work will be performed during school breaks (Thanksgiving break and Christmas break). 1. Occupational Therapy Evaluations to be conducted on-site at Tohaali Community School, 80 days @ $_______________ per day = $_______________. (The number of days includes 10 days of paperwork). 2. Mileage Cost $ ____________ 3. Travel Cost: Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. $________________. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clause including all addenda applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 - Offeror Representations and Certifications - Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items - FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.23 2-36 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 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52 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), 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 Requirement; Travel Costs Clause; FAR 52.217-8. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.arnet.gov/far or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, by close of business, 4:30 P.M., Local Time, August 19, 2010. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: lynelle.benallie@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contracting Officer, at (505) 863-8404, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMN00100252/listing.html)
 
Place of Performance
Address: Newcomb, NM
Zip Code: 874559857
 
Record
SN02243013-W 20100819/100817234919-36f3b5ab9cec640b56fae6a67a29b646 (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.