SOLICITATION NOTICE
U -- Special Education Services
- Notice Date
- 7/23/2015
- 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
- A15PS01003
- Response Due
- 7/27/2015
- Archive Date
- 8/11/2015
- Point of Contact
- Wood, Cedric
- Small Business Set-Aside
- Total Small Business
- Description
- 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: A15PS01003 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. This Solicitation is for Small Business set aside, response times have been shortened due the nature and urgency of this requirement. The contractor shall provide a quote for the following services for the various locations and the three types of services required in the following Statements of Work. The NAICS Code is 611710. Contractor shall provide all services and incidentals necessary to meet the requirements for Ojo Encino Day School, Baca, Breadsprings, Jones Ranch, Lake Valley, Mariano Lake, Pueblo Pintado, Crownpoint, Standing Rock, and Wingate elementary and Wingate High schools. Authorization: UNDER THE INDIVIDUALS WITH DISABILITIES EDUCATION ACT (IDEIA), PUBLIC LAW 108-446 OF 2004 AND 34CFR, IT SPECIFICALLY STATES THAT STUDENTS WITH DISABILITIES RECEIVING SPECIAL EDUCATION SERVICES BE PROVIDED FREE APPROPRIATE PUBLIC EDUCATION (FAPE) AND IF RELATED SERVICES ARE NEEDED FOR STUDENTS TO IMPROVE THEIR EDUCATION PERFORMANCE THEN THOSE SERVICES WILL ALSO BE PROVIDED. STATEMENT OF WORK Occupational Therapy Services SCOPE The Bureau of Indian Education (BIE), Special Education Related Services (SERS), Cooperative Agreement Unit (CAU) is in need of a contractor to provide occupational therapy services for students to begin on August 3, 2015 to June 30, 2016. The following duties will be required: 1.The contractor will work directly with BIE-funded schools to initiate an evaluation or a re-evaluation for students who have been referred as possibly in need of special education and related services, specifically occupational therapeutic services. All required consents for new and re-evaluations will be completed by the referring school. The Occupational Therapist will schedule and conduct full evaluation within the required time frame. 2.Participates in the development of an Evaluation Team Summary Report (ETSR) which is an accepted report format for the BIE-funded schools' evaluations. It is a consolidated multi-disciplinary team report with recommendations and assists multi-disciplinary teams in eligibility determination and the development of appropriate individual education plans. 3.Participates in multi-disciplinary team interactions. Is available for consultation on occupational therapy matters to other professional and parents. Writes appropriate and required reports and maintains documentation of services provided as mandated by the Bureau of Indian Education and ethical standards. Is available to provide technical assistance regarding speech/language therapy methods and strategies/techniques to use with the identified students. 4.Guides and/or supervises the implementation of individual therapy with identified students with school staff, parents and other educational assistants. Re-designs therapy methods when necessary, makes progress reports to parents and teachers; maintains records in accordance with federal regulations. 5.Completes and documents services provided to each students on the required BIE "Service Logs". These logs are completed for each student served and submitted to the school on a monthly basis within five work days after a new month begins. Additionally, a copy of the service logs for each student served will be attached to the payment invoice and submitted to the (AU-Administration within five work days. Payment for services will not be processed unless the service logs are completed and submitted with the invoice. 6.Provides and maintain certification and/or license in the State of New Mexico. Also, required to be finger printed and have a background checked approve by the Bureau of Indian Education/Human Resource Office/Personnel Security. This is a contractor's responsibility as soon as a contract is officially awarded. 7.Provides monthly schedule of visits to each assigned school and a separate schedule of students to be seen at each school for the teaching staff and Principals' information. Furthermore, all BIE schools required their visitors to sign in and out for security reasons and contracted workers are required to abide by these school rules. 8.Provide therapeutic services necessary, labor, materials, and incidentals for the assigned schools. SCHOOL RESPONSIBILITIES 9.Provide a work space to test and work with students that require occupational services. 10.Release the students for testing and therapeutic sessions according to the individual student schedule. 11.Collaborate with the Occupational Therapist on matters that require immediate attention either in person or through emails or fax prior to the school visit to allow time for preparation. 12.Inform OT contractor about school closure or other activities that may interfere with therapeutic sessions and make arrangement for make-up work. 13.Provide orientation to contracting specialist(s) on school rules and a tour of the campus to have staff meet the specialist(s) Period of Performance: August 3, 2015 to June 30, 2020. 1. Base Year: August 3, 2015 to June 30, 2016 a.Serve eleven (11) schools intermittently for 112 students. The BIE-Operated Schools are as follow: Baca/Dlo' Ayazhi Community School, Breadsprings Day School, Chichiltah/Jones Ranch Community School, Lake Valley Navajo School, Marinao Lake Community School, Ojo Encino Day School, Pueblo Pintado Community School, T'iists'oozi Bi'Olta (Crownpoint Community School), Tse'ii'ahi Community School (Standing Rock Community School), Wingate Elementary School and Wingate High School. The eleven schools may need assistance with evaluation and/or therapeutic services when caseloads start to increase. b.Of the eleven BIE-funded schools, contracted provider will be working consistently with the following schools. 1.Tse'ii'ahi Community School 6 active Students 2.Bread Springs Community School 2 active students 3.Lake Valley Navajo School 0 active students 4.Chichiltah/Jones Ranch School 2 active students Total Number of Students10 active students c.Twenty percent (20%) of 112 students equals 22 possible new referrals; 10 plus 22 possible referrals equals 32 speech students. Thirty-two (32) students @ 40 hours per week for 48 weeks of school (including ESY services in June) equal 1,920 hours of services for students. 1,920 hours times $____equals $____; Travel @ 800 hours round trip times $_____equals $_____and d.Mileage at.565 x 10,000 miles round trip = $______. All mileage rates are subject to change in accordance with the Federal Government mileage rates. Grand Total: $ 2. Optional Years of 1-4 will cover months of 10 months of direct services and 1 month of Extended School Year services. STATEMENT OF WORK School Psychologist SCOPE The Bureau of Indian Education (BIE) Special Education Related Services (SERS), Cooperative Agreement Unit (CAU) is in need of a contractor to provide psychological therapy services for students to begin on August 03, 2015 to June 30, 2016. The following duties will be required: 1.The contractor will work directly with BIE-funded schools to initiate an evaluation or a re- evaluation for students who have been referred as possibly in need of special education services. All required consents for new and re-evaluations will be completed by the referring school. The School Psychologist will schedule and conduct full psycho-education and/or psychological evaluations. Gathers and compiles all pertinent data for the child being evaluated from school staff and parents. Assists the IEP team in determining which disabling conditions to evaluate and help select procedures and instruments to use in psychological portions of evaluation within required time frame. 2Attend multi-disciplinary team meeting for the students evaluated to provide interpretation of the findings and recommendation to the schools. 3Utilizes counseling and therapeutic techniques with specific children, in order to help them recognize and resolve problems relating to their attitudes towards self, family, and/or school, which negatively affect education and/or life adjustment decisions and behaviors. 4Participates in the development of an Evaluation Team Summary Report (ETSR) which is an accepted report format for the BIE-funded schools' evaluations. It is a consolidated multi- disciplinary team report with recommendations and assists multi-disciplinary teams in eligibility determination and the development of appropriate individual education plans. 5Participates in multi-disciplinary team interactions. Is available for consultation on psychological matters to other professional and parents. Writes appropriate and required reports and maintains documentation of services provided as mandated by the Bureau of Indian Education and ethical standards. Is available to provide technical assistance regarding Special Education policies and procedures, behavior management, or speedy referral for such to school administrators and staff members on an as-needed basis. Provides technical assistance on crisis intervention in according with NASP or state counseling therapy Board standards when called upon. 6Guides and/or supervises the implementation of individual therapy with identified students with school staff, parents and other educational assistants. Develops and implements therapy plans; makes progress reports to parents and teachers; maintains records in accordance with federal regulations. 7Completes and documents services provided to each students on the required BIE "Service Logs". These logs are completed for each student served and submitted to the school on a monthly basis within five work days after a new month begins. Additionally, a copy of the service logs for each student served will be attached to the payment invoice and submitted to the CAU-Administration within five work days.Payment for services will not be processed unless the service logs are completed and submitted with the invoice. 8Provides and maintain certification and/or license in the State of New Mexico. Also, required to be finger printed and have a background checked approve by the Bureau of Indian Education/Human Resource Office/Personnel Security. This is a contractor's responsibility as soon as a contract is officially awarded. 9Provides monthly schedule of visits to each assigned school and a separate schedule of students to be seen at each school for the teaching staff and Principals' information. Furthermore, all BIE schools required their visitors to sign in and out for security reasons and contracted workers are required to abide by these school rules. 10Provide therapeutic services necessary, labor, materials, and incidentals for the assigned schools. SCHOOL RESPONSIBILITIES 11Provide a work space to test and work with students that require psychological services. 12Release the students for testing and therapeutic sessions according to the individual student schedule. 13Collaborate with the School Psychologist on matters that require immediate attention either in person or through emails, fax, and etc. prior to the school visit to allow time for preparation. 14Inform School Psychologist contractor regarding school closure or other activities that may interfere with therapeutic sessions and make arrangement for make-up work. 15Provide orientation to contracting specialist(s) on school rules and a tour of the campus to have staff meet the specialist(s) and become familiar with the school campus. Contractor shall evaluate students to determine eligibility for special education and related services, provide therapeutic services where necessary, materials and incidental for the assigned schools. All mileage rates are subject to change in accordance with the Federal Government mileage rates. Period of Performance: August 3, 2015 to June 30, 2020. 1. Base Year: August 03, 2015 to June 30, 2016 A.Serve eleven (11) BIE-operated schools intermittently for 162 students. The BIE-Operated Schools are as follow: BacajDlo'Ayazhi Community School, Breadsprings Day School Chichiltah/Jones Community School, Lake Valley Navajo School, Mariano Lake Community School, Ojo Encino Day School, Pueblo Pintado Community School, T'iiists'oozi Bi'Olta (Crownpoint Community School), Tse'ii'ahi Community School (Standing Rock Community School), Wingate Elementary School and Wingate High School. B.Twenty percent of 162 is 32 students. Thirty two (32) students @ 40 hours per week for 48 weeks of school (including ESY services in June) equal 1,920 hours of services for student to include evaluation, counseling, consultation and ESY. 1,920 hours times $______equals $______; C.Travel @ 800 hours round trip times $_______ equals $_______; and D.Mileage at.565 x 10,000 miles round trip equals $ ¬ ¬ ¬ ¬________. All mileage rates are subject to change in accordance with the Federal Government mileage rates. Grand Total: $_______ 2. Optional Years of 1-4 will cover months of 10 months of direct services and 1 month of Extended School Year services. STATEMENT OF WORK Speech/Language Pathologist SCOPE The Bureau of Indian Education (BIE), Special Education Related Services (SERS), Cooperative Agreement Unit (CAU) is in need of a contractor to provide speech therapy services for students to begin on August 03,2015 to June 30, 2016. The following duties will be required: 1The contractor will work directly with BIE-funded schools to initiate an evaluation or a re-evaluation for students who have been referred as possibly in need of special education and related services, specifically Speech/language therapeutic services. All required consents for new and re-evaluations will be completed by the referring school. The Speech/Language Pathologist will schedule and conduct full evaluation within the required time frame. 2.Participates in the development of an Evaluation Team Summary Report (ETSR) which is an accepted report format for the BIE-funded schools' evaluations. It is a consolidated multi- disciplinary team report with recommendations and assists multi-disciplinary teams in eligibility determination and the development of appropriate individual education plans. 3.Participates in multi-disciplinary team interactions. Is available for consultation on speech/language therapy matters to other professional and parents. Writes appropriate and required reports and maintains documentation of services provided as mandated by the Bureau of Indian Education and ethical standards. Is available to provide technical assistance regarding speech/language therapy methods and strategies/techniques to use with the identified students. 4.Guides and/or supervises the implementation of individual therapy with identified students with school staff, parents and other educational assistants. Develops and implements therapy interventions when indicated, makes progress reports to parents and teachers; maintains records in accordance with federal regulations. 5.Completes and documents services provided to each students on the required BIE "Service Logs". These logs are completed for each student served and submitted to the school on a monthly basis within five work days after a new month begins. Additionally, a copy of the service logs for each student served will be attached to the payment invoice and submitted to the CAU-Administration within five work days. Payment for services will not be processed unless the service logs are completed and submitted with the invoice. 6.Provides and maintain certification and/or license in the State of New Mexico. Also, required to be finger printed and have a background checked approve by the Bureau of Indian Education/Human Resource Office/Personnel Security. This is a contractor's responsibility as soon as a contract is officially awarded. 7.Provides monthly schedule of visits to each assigned school and a separate schedule of students to be seen at each school for the teaching staff and Principals' information. Furthermore, all BIE schools required their visitors to sign in and out for security reasons and contracted workers are required to abide by these school rules. 8.Provide therapeutic services necessary, labor, materials, and incidentals for the assigned schools. SCHOOL RESPONSIBILITIES 9.Provide a work space to test and work with students that require speech/language services. 10.Release the students for testing and therapeutic sessions according to the individual student schedule. 11.Collaborate with the Speech/language therapist on matters that require immediate attention either in person or through emails, fax, and etc., prior to the school visit to allow time for preparation. 12.Inform speech contractor about school closure or other activities that may interfere with therapeutic sessions and make arrangement for make-up work. 13.Provide orientation to contracting specialist(s) on school rules and a tour of the campus to have staff meet the specialists) Period of Performance: August 3, 2015 to June 30, 2020. 1. Base Year: August 03, 2015 to June 30, 2016 14.Serve eleven (11) schools intermittently for 310 students. The BIE-Operated Schools are as follow: Baca/Dlo'Ayazhi Community School, Breadsprings Day School, Chichiltah/Jones Ranch Community School, lake Valley Navajo School, Marinao lake Community School, Ojo Encino Day School, Pueblo Pintado Community School, T'iists'oozi Bi'Olta (Crownpoint Community School), Tse'ii'ahi Community School (Standing Rock Community School), Wingate Elementary School and Wingate High School. The eleven schools may need assistance with evaluation and/or therapeutic services when caseloads start to increase. 15.Of the eleven BIE-funded schools, contracted provider will be working consistently with the following schools: Chichiltah Community School 7 active students Wingate High School 18 active students Lake Valley Navajo School3 active students Ojo Encino Day School 19 active students Pueblo Pintado Community School 15 active students T'iistsozi Bi'Olta 22 active students Wingate Elementary School 51 active students Total Active Students 135 active Stu. 16.Twenty percent (20%) of 135 students equals 27 possible new referrals; 135 plus 27 possible referrals equals 162 speech students. 162 students x.5 x 48 weeks = 3,888 hrs x $_____= $_______. 17.Travel @ 1,188 hours r/t x $______ = $_______ 18.Mileage at.565 x 11,000 miles round trip = $_______, All mileage rates are subject to change in accordance with the Federal Government mileage rates. Grand Total: $________ 2Optional Years of 1-4 will cover months of 10 months of direct services and 1 month of Extended School Year services. 3Evaluation factors will be based on the lowest priced technically acceptable process. The evaluation factors will be based on the following: a.Technical Capability b.Management Capability c.Past Performance TOTAL Base Year: $____________________________________ Option Years $____________________________________ 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 52.232-99 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; FAR 232-19 Availability of Funds for Next Fiscal Year; 52.232-30 Installment Payments for Commercial Items; 52.217-02 Cancellation under Multiyear Contract; 52.204-06; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference; 1452.226-71; FAR 52.212-2 Evaluation-Commercial Items; Indian Preference Program; 1450-0016-001 Homeland Security Presidential Directive; 1452-204-70 Release of Claims; DOI Electronic Invoicing Electronic Invoicing and Payment Requirements-Invoicing Processing Platform (IPP) (April 2013). 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 close of business, 17:00 pm, Local Time, July 27, 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: Eastern Area 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/A15PS01003/listing.html)
- Record
- SN03807468-W 20150725/150723234855-964ec8bc243d0a7b6efe1aa8943085f1 (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 |