SOLICITATION NOTICE
U -- U - SCHOOL PSYCHOLOGIST FOR CRYSTAL BOARDING SCHOOL
- Notice Date
- 7/11/2012
- 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
- A12PS01794
- Response Due
- 7/16/2012
- Archive Date
- 7/11/2013
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- 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. A12PS01794 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 2005-58. Total Small Business $7.0 Set Aside NAICS Code: 621340. SCHOOL PSYCHOLOGIST SERVICES I. STATEMENT OF WORK The contract will provide all necessary certified and/or professionally licensed psychologist(s) to provide school based mental health services within a comprehensive educational program. Should a university medical school be the contractor, a pre-licensed psychologist, under the supervision of a licensed psychologist from the Department of Psychiatry at the university, will provide on-site assessment to identify children with serious emotional disturbances and deliver mental health services to emotionally disturbed children. In addition, the contractor will provide all necessary supplies, materials, equipment and testing materials to perform the work as described below. II. WORK REQUIREMENTS After being provided a copy of the parental consent form for assessment by the school, the contractor shall: A. Direct on-site mental health services B. Identify severely emotionally disturbed children C. Provide psychotherapy to emotionally disturbed children D. Conduct psychoeducational and psychological evaluations to children following all laws regarding these, E. Provide consultation to school personnel F. Provide consultation and reinforcement of parenting skills to parents and families. G. Coordinate all referrals for mental health services H. Attend all lEP meetings for identified children I. If required, provide training and education to school staff III. REPORTS All evaluation reports shall contain information required to remain in compliance with all pertinent regulations mandated by Federal or State Laws, including IDEA and Educational Standards for the state of New Mexico regarding Special Education Program students. The reports may be hand delivered or mailed with the original protocols to the school special education coordinator. The contractor will be expected to submit a brief progress report each nine-week grading period for all students receiving therapy. The progress report shall contain any progress made regarding goals and objectives. The contractor is also required to log in and out of the school and to schedule herself/himself for each individual child's IEP committee meeting at the school's request. Weekly schedules shall be approved by the school's special education coordinator. A. The contractor will be expected to submit a brief progress report each nine week grading period for each student being seen for therapy purposes, outlining any progress that has been made regarding goals that have been established relative to motor therapy in the classroom or within the school environment, following consultation with the special education classroom and/or the regular program classroom teacher. B. The contractor will be expected to meet with the parents of students and/or guardian of students placed for therapy purposes, to provided for consultation during which time the contractor will be availabl3e to meet close family members to discuss those issues, problems or concerns which are pertinent to or impact on the progress of the student within the school environment. Such sessions will occur as time scheduling allows so that such sessions do not reduce the therapy time of students placed to receive therapy. These meetings will be scheduled based on the willingness of family members to participate voluntarily and with consultation with the contractor. IV. EVALUATION REPORT OF PROGRAM EVALUATION All reports should contain all necessary information required to remain in compliance with any and all pertinent regulations mandated by Federal or State laws, including IDEA and the Indian School Equalization Program's guidelines and criteria. In addition the completion of motor evaluation, the contractor shall: A. The contractor shall be present at IEP/Multidisciplinary placement team meeting to develop individual goals and objectives for each student to who therapy is provided. The goals and objectives must be part of each students IEP, B. Meet the students on individual basis for purpose of providing therapy, and to determine the effectiveness of individual program goals and objectives and/or student progress in regard to his/her adaptation to the educational environment, potential for integration into the regular program, and ability to cope outside a structured environment. C. Meet with the special education classroom teacher on a regular basis, to be determined jointly by the teacher, the contractor, and school administration, to discuss the contract period, following the placement of the child into a special education program, or placement of the child into a special education program, or placement of the child for therapy purposes only, D. Meet with individual students and the classroom teacher as outlined above, for number of times to be determined by the contractor and contractor for the duration of the established timeframes established relative to mental health therapy, following consultation with the special education classroom teacher and/or the general education teacher. V. CONFIDENTIALITY All materials furnished or produced by the contractor under this agreement, including but not limited, to documents, reports, and correspondence will remain CONFIDENTIAL, The contractor shall not release information to any persons group of persons, firm or organization other than the Bureau of Indian Education, Crystal Boarding School which is related to work performed, researched or information derived from work performed under this agreement. Breach of confidentiality shall be denied substantial breach of this agreement and ay be grounds for rescission. VI. AMOUNT AND METHOD OF PAYMENT This is a cost reimbursement type contract in which the contractor shall not exceed the total amount stated in the said requisition. Invoices for payment shall be itemized with as much detail as to provide adequate justification for reimbursement and shall be submitted to the Bureau of Indian Education; Navajo Region; Accounting Operations; Attn: Lisa Hudson, P.O. Box 1060, Gallup, NM 87305, for review and certification for services before forwarding to the School Business Manager for processing. The contractor shall be paid upon submission of monthly invoices in accordance with the prices stipulated in this contract. VII. SUBMISSION OF INVOICES Upon presentation of invoices of the actual cost incurred, each submission of invoices shall contain itemization of expenditures by line item. The contractor shall submit invoices directly to the Bureau of Indian Education; Navajo Region; Accounting Operations; Attn: Lisa Hudson, P.O. Box 1060, Gallup, NM 87305 on a monthly basis. Period of Performance: BASE YEAR from Date of Award to July 31, 2013 OPTION YEAR 1 = August 01, 2013 to July 31, 2014 OPTION YEAR 2 = August 01, 2014 to July 31, 2015 OPTION YEAR 3 = August 01, 2015 to July 31, 2016 OPTION YEAR 4 = August 01, 2016 to July 31, 2017 SECTION D Performance evaluation will be performed at the end of each school year. The evaluation will be completed at the school by the government representative. This form is the only performance evaluation that will be accepted by the Contracting Officer. The evaluator's signature shall be legible and printed on the form. If the government representative will complete a performance evaluation prior to last day of work, for work the performed under this contract. The government representative will review the performance evaluation with the Contractor, record Contractor comments, and obtain Contractor signature acknowledge in completion of the evaluation. The government evaluator will then give a copy of the evaluation form(s) to the Contractor at the school and submit a copy to the Contracting Officer. SECTION M FAR 52.212-02: Evaluation -Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance Factor I - Technical Capability quote for a Services, will work with student, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW. b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW. d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for a Services, will work with student, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project. b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. c) Submit a resume along with a letter of commitment for all key personnel. Factor III - Past Performance for a Services, will work with student, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". QUOTE LINE ITEMS: (Please provide a breakdown of total cost) 1. BASE YEAR: A. Evaluations @ $_______ per x 10 each = $_______ B. MDT Meetings @ $_______ per x 10 each = $_______ C. Travel: $ ___________ 2. OPTION YEAR 1: A. Evaluations @ $_______ per x 10 each = $_______ B. MDT Meetings @ $_______ per x 10 each = $_______ C. Travel: $ ___________ 3. OPTION YEAR 2: A. Evaluations @ $_______ per x 10 each = $_______ B. MDT Meetings @ $_______ per x 10 each = $_______ C. Travel: $ ___________ 4. OPTION YEAR 3: A. Evaluations @ $_______ per x 10 each = $_______ B. MDT Meetings @ $_______ per x 10 each = $_______ C. Travel: $ ___________ 5. OPTION YEAR 4: A. Evaluations @ $_______ per x 10 each = $_______ B. MDT Meetings @ $_______ per x 10 each = $_______ C. Travel: $ ___________ FEDERAL TRAVEL REGULATIONS: 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 Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; 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: 52.233-03; 52.233-4; 52.222-3; 52.222-19; 52.222-21;52.222-26; 52.232-30; 52.232-33; 52.232-36; 52.222-36; 52.232-18; 52.232-19; 52.211-16; 52.217-02; 52.217-06; 52-217-07; 52.217-08; 52.217-09; 52.204-06; 52.216-01; 52.203-15, DOI Acquisition Reg (DIAR) 1452.226-70, 1452.226-7, 1450-0016-001, 1452-204-70. 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: Mary J. Jim, by close of business, 4:30 P.M., Local Time, July 16, 2012. 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: mary.jim2@bia.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01794/listing.html)
- Place of Performance
- Address: NAVAJO, NM
- Zip Code: 87328
- Zip Code: 87328
- Record
- SN02799987-W 20120713/120712000019-dbb98601b65706ee5fbb8939dcd1bf4e (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 |