Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOLICITATION NOTICE

Q -- Occupational Therapy Services for Bureau of Indian Education, Northern Navajo.

Notice Date
12/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
A12PS00267
 
Response Due
12/22/2011
 
Archive Date
12/15/2012
 
Point of Contact
Marita Roth Contracting Officer 5055633015 ;
 
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
Occupational Therapy Services for the Bureau of Indian Education, Cove Day School. 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, for occupational therapy services is issued as a Request for Quote (RFQ). The North American Industry classification (NAICS) code is 621340 and the business size maximum is $5 million. This acquisition is being solicited under the small business set-aside. All small businesses 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 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. Resultant contracts shall be awarded as a firm fixed price contract. The Period of Performance (POP) shall be from Contract Award to June 30, 2012. The Government plans to make a single contract award. This office is requesting quotes on the following item: Provide all travel, supplies, materials and personnel to provide occupational therapy services for Bureau of Indian Education, Cove Day School. The school is located in Red Valley, Arizona. Occupational Therapy Services Statement of Work Contractor shall provide all travel, supplies, materials and personnel to provide Occupational Therapy Services for Bureau of Indian Education Schools located on the Navajo Nation Indian Reservation in New Mexico and Arizona in accordance with the Statement of Work (SOW). Background: The Bureau of Indian Education, Navajo Nation, serves as a branch of the state education agency (SEA) for several elementary and secondary schools and dormitories serving the Navajo Reservation students located in the states of Arizona, New Mexico, and Utah. The scope of work calls for professional related services to assist the targeted Navajo Nation Schools in implementing the special education and related services as authorized under P.L. 108-446 Individualized with Disabilities Education Improvement Act (IDEIA). The purpose of IDEIA program is to improve academic achievement of students with disabilities and introduce strict accountability measures to hold schools, districts and states responsible for the academic results of student with disabilities. Approximately 49 schools will be funded Part B Funds through a formula based process to provide special education and related services for eligible children with disabilities. The school is Cove Day School, Red Valley, Arizona. Position: Occupational Therapist Licensed in the State of Arizona. Identified Students: Based upon the need over the last five years at Cove Day School, we anticipate 3 students, or more, per year requiring services. The total hours required (based upon the students IEP) is 16 hours per month. We believe that the needs of the students can be met with a contract of 2 days per month that would include time for the assessment and reassessment process (maximum of 14 days per school year). The number of days for occupational therapy services may increase or decrease during each year depending on the number of students that require service for each school year. Objectives: To ensure the provision of Occupational Therapy Services to identified Special Education students or those referred for possible special education services attending BIE schools on the Navajo Reservation. Services will be provided in accordance with P.L. 108-446, the Individuals with Disabilities Education Act of 2004 as specified in the student IEP. 1. Observes, screens, evaluates students and provides documentation of such for students referred for therapy services; 2. Attends and participates in multi-disciplinary team placement and periodic review meetings; 3. Develops and/or implements therapy plans, plans procedures and assesses student progress; 4. Maintains student folders with notes, reports from physicians, IEP results, etc.; 5. Identifies adaptive furniture and equipment needs, submits requisitions and assists in maintaining an accurate inventory; 6. Maintains records for and provides updated student evaluations as needed or required by district/state policies; 7. Coordinates services with school personnel, community agencies and private practitioners and responds to requests for information; 8. Works with and provides support to parents; 9. Comply with all federal mandates, State Board of Education regulations, and BIE policies for service to the disabled 10. Assists in conducting barrier free assessments and makes recommendations accordingly; and 11. Communicates effectively with parents and others. Responsibilities of all related services providers: The service provider is to: 1. Report to a designated time and place for orientation to the organizational structure for service provision and the procedures delineated for providing the above specified services 2. The provider is to make any additional reports or supply data to the LEA or BIE which may be required to evaluate and report on the provision of related services. 3. Make appropriate travel arrangements including payment of costs to be paid upon completion of work assignment for scheduled works with the Navajo Nation bureau operated schools. Travel costs shall be reimbursed at the actual costs and in accordance with the Federal Travel Regulations. 4. Provide written reports and other documentation of services i.e. evaluation forms, attendance sheets, etc. for specific services as requested by the BIE/ ADD (Navajo). 5. Develop and provide all materials for professional development and technical assistance provided to schools, leadership team, staff, and/or BIE/ADD (Navajo). Qualifications of expert providers: 1. Master's Degree in Occupational Therapy 2. Minimum of three years experience. The experience must have equipped the applicant with a full professional understanding of the theories, prevention and treatment of disabilities by occupational therapy and their proper application by the use of activities which are appropriate to the patient's physical and psychological condition and utilizing appropriate manual and other physical skills. 3. Possess Arizona state licensure in Occupational Therapy according to the location of the school. 4. Knowledge of Navajo language and culture preferred INSTRUCTION TO OFFERORS All offerors shall submit a quote consisting of a separate (1) technical approach volume and (2) price volume. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. The volumes shall be as follows: Volume One: Technical Quote Volume Two: Price Quote. Basis of Award: the Government will make an award based upon best value. Technical factors as a whole, may be, more important than price. The evaluation factors are as follows in descending order of importance. a. Qualifications and Experience of Proposed Personnel; b. Technical Approach c. Past Performance. Volume 1: Technical Quote. The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Offeror has an understanding of all requirements specified in the Statement of Work. The technical quote shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical quote so that the Offeror's understanding of the detail and complexity of the requirements may be evaluated. 1.a. Qualifications and Experience of Proposed Personnel. The contractor shall demonstrate that current and proposed staff has an appropriate range of relevant academic and applied experience as well as licensures. The technical quote shall contain resumes of the proposed personnel along with a copy of their applicable licenses. 1.b. Technical Approach. The Contractor shall describe its technical approach to accomplish each of the tasks and objectives delineated in the Statement of Work. 1.c. Past Performance: The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contracts with telephone numbers, and other relevant information. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. Offerors should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. Volume 2: Price Quote. The Offeror shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. All items are critical, as the Government will evaluate the Offeror's proposal for reasonableness and completeness/accuracy. An analysis will be completed on a "total price" basis consistent with a fixed price methodology, counting base and option periods as inclusive of the total fixed price. Questions Submission: Questions must be submitted electronically via email to marita.roth@bia.gov. Offerors shall also reference the Solicitation number in the subject line of their questions. Proposal Submission: Proposals must be submitted in two hard copies to BIA, Albuquerque Acquisition Office, Attn: Marita Roth, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104. Offeror shall reference the Solicitation number in the subject line of their proposal. The Proposal response date and time is 3:30 MST p.m. on December, 22, 2011. Basis of Award: Award will be made the Offeror whose proposal contains the combination of evaluated factors offering the best overall value to the Government. This will be determined by comparing differences in technical merit with differences in price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full texts. 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; www.orca.gov, or contact the CO to receive a copy. FAR 52.252-02 Solicitation Provisions Incorporated by reference; Clauses Incorporated by Reference, 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12); 1452.204-70 Release of Claims - Department of the Interior, 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 52.212-01 Instructions to Offerors - Commercial Items; 52.212-02 Evaluation - Commercial Items; 52.212-03 Offeror Representations and Certifications - Commercial Items; 52.213-02 Invoices; 52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-08 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33 FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.23 2-36 Payment by Third Party; 52.239-01 Privacy or Security Safeguards. Provisions in full text: FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.217-08 Option to extend Services; 52.217-09 Option to Extend the Term of the Contract. The offeror shall have a favorable background screening (applicant and suitability) determination to be reviewed by the Bureau of Indian Affairs (BIA) Personnel Security and Suitability Program in accordance with the Background Investigations Clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00267/listing.html)
 
Place of Performance
Address: Department of Interior, Bureau of Indian Eduation, Cove Day School, Navajo Route 13, Red Valley, AZ
Zip Code: 865442000
 
Record
SN02640894-W 20111218/111216234408-80c979a317abecb9c9b3e1f6f44b6ea5 (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.