Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

Q -- OCCUPATIONAL THERAPY SERVICES

Notice Date
4/22/2021 2:57:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
 
ZIP Code
87104
 
Solicitation Number
140A2321Q0269
 
Response Due
4/30/2021 3:00:00 PM
 
Archive Date
05/15/2021
 
Point of Contact
Bryant, Gertrude, Phone: 0000
 
E-Mail Address
Gertrude.Bryant@bia.gov
(Gertrude.Bryant@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Description
OCCUPATIONAL THERAPY SERVICES THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201. 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. 140A2321A0269 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 2021-05. This acquisition is set aside for ISBEE. NAICS Code: 621340. DESCRIPTION: Contractor shall provide Diagnostic Psycho-Educational Services In Accordance With (IAW) the below Statement of Work (SOW). Statement of Work Occupational Therapy Services Background: Tohaali Community School employs or contracts for an Occupational Therapist (OT). Under the IDEIA (Individuals with Disabilities Education Act) of 2004 Laws and Regulations, we are required to have OT services for students in need of these services and it specifically states that Special Education student receiving services be provided FAPE (Free Appropriate Public Education), and if related services are needed to assist in improving their performance, then those services should be provided also. Tohaali Community School has several students requiring OT services for the 2021-2022 school year. Scope: Through the provision of these services, Tohaali Community School will comply with the IDEIA Laws and Regulation requirements. The school will ensure that the needs of the students are met appropriately. Objective: A. Provide appropriate services to Special Education students mandated by the IDEIA of 2004 Laws and Regulations. B. Implement individual educational plans, goals and objectives required by the Federal and State Laws. C. Bring Occupational Therapy Services to the school so that students with disabilities do not have to travel away to receive these services. Tasks: A. Provide Occupational Therapy services for the students with disabilities as soon as possible. B. Provide Occupational Therapy Evaluations and three - year re-evaluations. C. Plan and implement a type of care which will entail Occupational Therapy services. D. Participate in IEP meetings for students receiving Occupational Therapy services. E. Be available to parents during multi-disciplinary meetings to answer questions they may have regarding the Occupational Therapy services and program at Tohaali Community School. F. Provide In-service to teachers, and educational staff as needed. G. Provide training to parents and staff so they can become familiar with the Occupational Therapy program and share techniques that teachers and parents can do to help children with gross motor development. H. Train paraprofessionals to assist with Occupational Therapy goals and exercises. I. Be available for Child Find activities during school and community events. J. Parents will receive copies of the evaluations and the Occupational Therapy IEP Goals and Objectives. K. The vendor will also provide progress reports to parents on a quarterly basis. Delivery: The vendor will travel to Tohaali Community School to provide therapy to students who need Occupational Therapy Services, evaluations and IEP will be provided on school site on a timely manner. Evaluations will be scored and interpreted for parents and staff if needed. The vendor will follow all IDEIA of 2004 Laws and Regulations, Confidentiality and FERPA Laws when handling student records and information reference to students. Government Furnished Property: Selected vendor will have access to a school classroom with appropriate Occupational Therapy equipment and materials needed to implement IEP goals and objectives. The vendor will be aware of confidentiality requirements for Special Education forms. Security: The vendor will perform all Therapy services on school site under supervision of the School Principal. The vendor will also complete the evaluations for students needing to be tested on campus. The reports can be compiled and written at the vendors office. Period of Performance: All work will be performed during the 2021-2022 school year. The vendor will be notified immediately when the contract has been approved by all parties involved and ending the last day of the school year. No work will be performed during breaks (Thanksgiving, Christmas and Spring Break). Base Year: July 1, 2021 to Jun30, 2023 Option Year 1 JULY 1, 2022 to JUNE 30, 2023 Option Year 2 JULY 1, 2023 to JUNE 30, 2024 Option Year 3 JULY 1, 2024 to JUNE 30, 2025 Option Year 4 JULY 1, 2025 to JUNE 30, 2026 QUOTE LINE ITEMS: (Please provide a breakdown of total cost) BASE YEAR: 1 Services: $_________hour X 8 hours = $_______ per day $ ____________ per day x 36 weeks = $__________________ 2. Travel: Mileage: ________miles round trip X $0.535 miles X 36 weeks = $_________ 3. All Applicable taxes $ _______________ Total Price for the Base Year = $______________________ OPTION YEAR 1: 1 Services: $_________hour X 8 hours = $_______ per day $ ____________ per day x 36 weeks = $__________________ 2. Travel: Mileage: ________miles round trip X $0.535 miles X 36 weeks = $_________ 3. All Applicable taxes $ _______________ Total Price for the Option Year 1= $______________________ OPTION YEAR 2: 1 Services: $_________hour X 8 hours = $_______ per day $ ____________ per day x 36 weeks = $__________________ 2. Travel: Mileage: ________miles round trip X $0.535 miles X 36 weeks = $_________ 3. All Applicable taxes $ _______________ Total Price for the Option Year 2 = $______________________ OPTION YEAR 3: 1 Services: $_________hour X 8 hours = $_______ per day $ ____________ per day x 36 weeks = $__________________ 2. Travel: Mileage: ________miles round trip X $0.535 miles X 36 weeks = $_________ 3. All Applicable taxes $ _______________ Total Price for the Option Year 3 = $______________________ OPTION YEAR 4: 1 Services: $_________hour X 8 hours = $_______ per day $ ____________ per day x 36 weeks = $__________________ 2. Travel: Mileage: ________miles round trip X $0.535 miles X 36 weeks = $_________ 3. All Applicable taxes $ _______________ Total Price for the Option Year 4 = $______________________ Total for Base year with all Option year = $_________ 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. 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 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 Governments 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 Psycho-Educational Assessment Services, 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 offerors understanding of the Bureau of Indian Affairs 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 Psycho-Educational Assessment Services, 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, certificates, licenses, along with a letter of commitment for all key personnel. Factor III - Past Performance for a Psycho-Educational Assessment Services, 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. Complete and submit Appendix II. APPENDIX II: Past Performance Questionnaire 1. Contract number 2. Contractor name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what was done fix it? 11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractors team? 12. How was the technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Past efforts with the any other agency? 16. The company strong points? Award will be made to the most technically acceptable offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. 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 BIE, School Human Resources Personnel 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. CONTRACT CLAUSES: The following clauses apply 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; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.2013, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR FAR 52.222-41, Service Contract Act 1965; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ; DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.250-4) are required to be considered for award. The RFQ is due at the Bureau of Indian Education, Division of Acquisition, Attention: Gertrude Bryant by, the closing date and time of this announcement. Quotes submitted by email only to Gertrude.bryant@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, by email to Gertrude.bryant@bia.gov. All contractors submitting quotes must be registered in the 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0646bf42f5ad412183158b50cfb7622d/view)
 
Record
SN05980285-F 20210424/210422230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.