SOLICITATION NOTICE
U -- OT Services - Attachment
- Notice Date
- 2/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
- ZIP Code
- 00000
- Solicitation Number
- A15PS00204
- Response Due
- 2/6/2015
- Archive Date
- 2/21/2015
- Point of Contact
- Wood, Cedric
- Small Business Set-Aside
- N/A
- Description
- A15PS00204 Combined Synopsis OCCUPATIONAL THERAPY SERVICES Synopsis: 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: A15PS00174 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 2005-78. The solicitation times have been shortened due the nature and urgency of this requirement. The contractor shall provide a quote for the following services. The NAICS Code is 611710. Contractor shall provide all services and incidentals necessary to meet the requirements of this service for the Schools listed within. STATEMENT OF WORK OCCUPATIONAL THERAPY SERVICES SCOPE The provision of these services to three schools: Mariano Lake; Tse ¿ii ¿ahi; and T ¿iists ¿oozi Bi ¿Olta will comply with the IDEIA Law and Federal Regulation requirements. These schools seek to ensure that their students ¿ needs are met appropriately and timely. 1.OBJECTIVES The contracted service is sought to: ¿Provide appropriate services to students requiring special education services as mandated by the IDEIA of 2044 Law and Federal Regulations. ¿Implement Individual Education Plan (IEP) goals and objectives as required by the federal and/or state laws. ¿Bring Occupational Therapy (OT) services to the schools so that the students do not have to leave the school campus to receive required services. 2.TASKS ¿Provide OT services in accordance with the students ¿ IEP which specify the number of minutes per week/month and method of delivery (direct/consultative, individual and pull-out/inclusive, etc.). Additionally, document individual services provided to each student on the ¿Service Log ¿ for each student. ¿Provide OT evaluations and/or re-evaluations as they are requested by the school upon receipt of a referral from the School Administrator (Principal or Special Education Coordinator) through the CAU-Acting Supervisory Education Specialist. ¿Plan and implement a type of care which will entail therapeutic OT goals and objectives. ¿Participate in IEP meeting for student receiving OT services as scheduling permits and complete relevant portions of the IEP including Present Level of Academic Achievement and Functional Performance (PLAAFP), goals and objectives and service time. ¿Be available to parents during Parent/Teacher conferences to answer questions they may have regarding the OT services and individual program plan. ¿Provide in-service to school personnel (teachers, paraprofessionals, counselors and others) on a need basis to endure that OT goals and objectives are met per IEP requirements. ¿Program training to parents and staff so they come familiar with the OT services and techniques/strategies that teachers and parents can use to help their children with fine motor development. ¿Provide progress reports to school staff and/or parents on a quarterly basis. 3. OTHER RESPONSIBILITIES OF THE CONTRACTED OT ¿OT will report to a designated school at a designed time for orientation to the organizational structure for service provision and the procedures delineated for providing OT services. ¿Contractor will make appropriate travel arrangement for the OTs including payments for costs to be paid upon completion of the scheduled work. Travel costs will be reimbursed at actual costs agreed upon. ¿OT will provide written reports and other documentation of services as requested to the Bureau of Indian Education, Special Education Related Service, Cooperative Agreement Unit (BIE-SERS-CAU) office in Crownpoint, New Mexico. 4.DELIVERY The contractor will travel to the assigned schools to provide OT services (evaluations, re-evaluations and therapy) per an established scheduled with each of the three schools. Evaluations will be scored and interpreted for parent and staff as needed. The contracted specialist will follow all IDEIA and Federal/Regulation requirements, confidentiality and FERPA Laws when handling student records and all information in reference to students. 5.RESPONSIBILITIES OF THE REFERRING SCHOOLS ¿Provide an adequate setting/room for the evaluations. ¿Provide evidence of current vision and hearing screenings ¿Provide evidence of parental permission for evaluation. ¿Provide a complete developmental/medical history. ¿Provide verification of the student ¿s primary language. ¿Provide copies of previous evaluations and current IEP service, if appropriate. ¿Assist I the attainment of any additional clearance needed specific to the site. Example: NASIS access. 6.PERIOD OF PERFORMANCE All work will begin effective 2014-15 school year, Date of Award 2015 and services will end June 30, 2015. QUOTE LINE ITEMS: (Please provide a breakdown of total cost) Occupational Therapy Services for the following schools: (1) Mariano Lake School, Tse ¿ii ¿ahi ( Standing Rock School) and T ¿iists ¿oozi Bi ¿Olta (Crownpoint Community School). Breakdown: (a) OT Services: 1.30 students x 4x p/month x 4 months = 480 hours x $__.00 p/hour = $____ 2.Travel Time: 4 x 4x p/month x 4 months = 64 hours x $__.00 p/hour = $____ 3.Mileage: 200 r/t x 4x trips p/month x 4 months = 3,200 miles x.56 p/mile = $____ 4.OT in itial/re-evaluations 65 hours x $__.00 p/hour = $____. 5.Please Include all applicable taxes $____ GRAND TOTAL: $____ Period of Performance: TBD from Date of award 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. 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. 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: 52.219-30; 52.233-03; 52.233-4; 52.222-3; 52.222-19; 52.222-21;52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232.33; 52.232-36; 52.219-6; 52.239-1; 52.222-41; FAR 52.232-40 Providing Payment to Small Business ; FAR 52.211-16 Variation of Quantity; FAR 52.217-6 Option to Increase Quantity; FAR 52.217-7 Option for Increased Quantity ¿Separately Priced Line Item; FAR 52.217-8 ¿Option to Extend Services; FAR 52.217-9 ¿Option to Extend the Term of the Contract; FAR 52.232-18 Availability of Funds; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 1450-0016-001 Homeland Security Presidential Directive; 1452-204-70 Release of Claims. Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice; -A copy of the contractor ¿s invoice shall be included with the IPP invoice. If no invoice is attached, the Invoice will be rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than }- 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov 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: Cedric A. Wood, by 17:00, Local Time, February 5, 2015. Offers submitted by email is encouraged, email: cedric.wood@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 Cedric A. Wood, Contract Specialist, at (505) 863-8266, or by email at cedric.wood@bia.gov. All contractors submitting quotes must be registered in the SAM www.sam.gov 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 SAM, go to: http://www.sam.gov. Additional Info: Contracting Office Address: BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060 301 W. Hill Rm 346 Gallup NM 87305 Place of Performance: Crownpoint Eastern Navajo Agency, NM 87313 US Point of Contact(s): Cedric A. Wood, Contract Specialist 505-863-8266
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00204/listing.html)
- Record
- SN03632584-W 20150206/150204235212-f36631d8d1f5eb8d44c5361df6d0ba71 (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 |