SOLICITATION NOTICE
U -- U - Speech & Language Services for Rocky Ridge Boarding School
- Notice Date
- 8/13/2012
- 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
- A12PS02185
- Response Due
- 8/15/2012
- Archive Date
- 8/13/2013
- 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. A12PS02185 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. Speech and Language Therapist Related Service Contract Scope of Work Speech and Language Therapist Services is an essential component of the Special Education Program. Speech and Language Therapist Services are required by Public Law 101-476, The Individuals with Disabilities Education Act (IDEA) and subsequent reauthorization under Public Law 105-17 (the IDEA 97) and are part of the Child Find procedures. Child Find is a necessary component to identify students who may be eligible for services according to the requirements under federal and state guidelines. The school psychologist and speech therapist will use the state of Arizona criteria in identifying students who the team may find eligible in a specific area of disability. Contracting Services are for Rocky Ridge Boarding School from July 1, 2012 to June 30, 2013. Contractor will: "Make prior arrangements with school principal to develop a schedule to assess referred students as needed for initial or reevaluation. "Will evaluate at Rocky Ridge Boarding School "Shall keep in contact with Special Education teacher and/or Principal at (928)725-3650 or PO Box 299 Kykotsmovi, AZ 86039 "Provide Arizona Certification and background clearance to Rocky Ridge Boarding School "Contractor shall give direct student Speech and/or Language therapy services according to IEP. "All student services will be logged and maintained. "Two days of service a week will be arranged and maintained on a regular schedule. "Contractor shall consult and work with other staff to provide optimum student services. "Contractor shall be available for staff training, to give information in the area of expertise. "Contractor will provide suggested appropriate goals and objectives for student IEP development. "Contractor will make every effort to attend student IEP meetings. Student progress reports will be written and given to parents according to IEP. Statement of Work: "All student evaluations will be logged. "Contractor shall adhere to the 60 day timeline for completion of evaluation after receipt of parent permission to evaluate. "Contractor shall consult and work with other staff to provide optimum student services. "Contractor shall be available for staff training, to give information in the area of expertise. Assessment Services: "Contractor will provide assessment services for initial and reevaluation of student eligibility as determined needed by team. "Contractor shall provide comprehensive test results of student assessment. "Contractor shall attend a MET meeting with parents to explain and interpret test results and to respond to questions. "Contractor shall provide a comprehensive evaluation report of assessment findings. Report shall include both computer generated reports as well as personal interpretation of assessment findings. "Contractor shall complete evaluation summary reports on all evaluations. "Contractor shall provide own testing materials. "Contractor shall have knowledge of assessments that will reflect results of what is the norm for Native American students. "Contractor will choose intelligent evaluation materials that are require both verbal and nonverbal intelligence. "Contractor shall make suggestions for delivery of services in meeting the learning needs of students based upon evaluation results which help to identify strengths and weaknesses in students' mode of learning. Students shall be fully evaluated according to strict Federal Guidelines and Arizona State guidelines. Tests and other Evaluation materials used to assess a child shall be selected and administered so as not to be discriminatory on a racial or cultural basis. Speech Therapist Services Summary: Contractor shall sign in at front office for attendance cross referencing. Contractor shall submit a monthly-summarized invoice. Invoice shall contain the following information: a.Purchase order number b.Date of services c.Initials of students d.Time spent with students e.Evaluation information to include student initials Location of service site: Rocky Ridge Boarding School, Dinnebito, Arizona PERIOD OF PERFORMANCE: from Date of Award to July 31, 2013 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: COST Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance M. 1Contract Award Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offers may be given the opportunity to clarify certain aspects of the proposals (e.g., the relevance of an offeror's past performance information or to resolve minor or clerical errors). M.2Evaluation The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable". All Factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered. M.3Evaluation Factors Factor I -Technical Capability Factor II -Management Capabilities/Key Personnel Qualification Factor III - Past Performance FACTOR I -Technical Capability quote for a Speech & Language, 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 Speech & Language, 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 Speech & Language, 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. Counseling Services for Special Education: (Please provide a complete breakdown of your total cost) A. $_______ Per Hour x 7 Hours Per Day = $_______ Daily Rate x 22 Days = $_______ B. Travel*: $_______ miles @ $_______ mile = $_______ day X 22 days =$_______ Total Cost: $_______ Please Note: *All travel miles calculations must be coincide with Rand Mcnally mileage calculations at www.randmcnally.com. 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; 52.204-06; 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, August 15, 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. Due to school already being in session and the urgent need of the services the solicitation time has been shortened.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02185/listing.html)
- Place of Performance
- Address: Rocky Ridge Boarding School
- Zip Code: 86039
- Zip Code: 86039
- Record
- SN02837071-W 20120815/120814000211-380ba27381f1ebcd1a150450daa08854 (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 |