Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2021 SAM #7140
SOLICITATION NOTICE

U -- U--Psycho-Educational Service for Seba Delakai Boardi

Notice Date
6/17/2021 12:04:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
 
ZIP Code
87104
 
Solicitation Number
140A2321Q0369
 
Response Due
6/29/2021 11:00:00 AM
 
Archive Date
07/14/2021
 
Point of Contact
Johnson, Mary Jane, Phone: 5058034259
 
E-Mail Address
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Description
Amendment No.: P0002 is for Solicitation No.: 140A2321Q0369 as follows: 1. To change the set aside from SB to Large Business. 2. To extend the response date and time to June 29, 2021 at 12:00 mountain daylight time. _______________________________________________________________________________________________________ Amendment No.: P0001 is for Solicitation No.: 140A2321Q0369 as follows: 1. To change the set aside from ISBEE to Small Business. 2. To extend the response date and time to June 16, 2021 at 12:00 mountain daylight time. _______________________________________________________________________________________________________ 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. 140A2321Q0369 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 currently set aside for ISBEE vendors only. NAICS Code: 611710. Psycho-Educational School Psychologist for Seba Delkai Boarding School I. STATEMENT OF WORK (See Attached) OTHER REQUIREMENTS: Contractor must provide name of the service provider who will be assigned to this School. Period of Performance: Base Year Date of Award to July 31, 2022 Option Year 1 August 1, 2022 to July 31, 2023 Option Year 2 August 1, 2021 to July 31, 2024 Option Year 3 August 1, 2022 to July 31, 2025 Option Year 4 August 1, 2023 to July 31, 2026 QUOTE LINE ITEMS: (Please provide a breakdown of total cost) BASE YEAR: 1. Psycho-Educational Evaluation at $ __________ X 12 = $ __________ 2. Psycho-Educational Report Writing Hours (3hrs per report) at $ __________ per hour X 36 = $ __________ 3. Psycho-Educational Consultation Hours (2hrs per trip/visit) at $ __________ per hour X 24 = $ __________ 4. MET/IEP/Request Meetings at $ __________ per hour X 12 = $ __________ 5. Travel: Mileage: ________ miles round trip X $0.56 miles X 12 trips = $_________ 6. All Applicable taxes $ _______________ Total Price for the Base Year = $______________________ OPTION YEAR 1: 1. Psycho-Educational Evaluation at $ __________ X 12 = $ __________ 2. Psycho-Educational Report Writing Hours (3hrs per report) at $ __________ per hour X 36 = $ __________ 3. Psycho-Educational Consultation Hours (2hrs per trip/visit) at $ __________ per hour X 24 = $ __________ 4. MET/IEP/Request Meetings at $ __________ per hour X 12 = $ __________ 5. Travel: Mileage: ________ miles round trip X $0.56 miles X 12 trips = $_________ 6. All Applicable taxes $ _______________ Total Price for the Option Year 1= $______________________ OPTION YEAR 2: 1. Psycho-Educational Evaluation at $ __________ X 12 = $ __________ 2. Psycho-Educational Report Writing Hours (3hrs per report) at $ __________ per hour X 36 = $ __________ 3. Psycho-Educational Consultation Hours (2hrs per trip/visit) at $ __________ per hour X 24 = $ __________ 4. MET/IEP/Request Meetings at $ __________ per hour X 12 = $ __________ 5. Travel: Mileage: ________ miles round trip X $0.56 miles X 12 trips = $_________ 6. All Applicable taxes $ _______________ Total Price for the Option Year 2 = $______________________ OPTION YEAR 3: 1. Psycho-Educational Evaluation at $ __________ X 12 = $ __________ 2. Psycho-Educational Report Writing Hours (3hrs per report) at $ __________ per hour X 36 = $ __________ 3. Psycho-Educational Consultation Hours (2hrs per trip/visit) at $ __________ per hour X 24 = $ __________ 4. MET/IEP/Request Meetings at $ __________ per hour X 12 = $ __________ 5. Travel: Mileage: ________ miles round trip X $0.56 miles X 12 trips = $_________ 6. All Applicable taxes $ _______________ Total Price for the Option Year 3 = $______________________ OPTION YEAR 4: 1. Psycho-Educational Evaluation at $ __________ X 12 = $ __________ 2. Psycho-Educational Report Writing Hours (3hrs per report) at $ __________ per hour X 36 = $ __________ 3. Psycho-Educational Consultation Hours (2hrs per trip/visit) at $ __________ per hour X 24 = $ __________ 4. MET/IEP/Request Meetings at $ __________ per hour X 12 = $ __________ 5. Travel: Mileage: ________ miles round trip X $0.56 miles X 12 trips = $_________ 6. All Applicable taxes $ _______________ Total Price for the Option Year 4 = $______________________ Grand-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 COR 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 offers 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 offerors 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 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 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 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 contractor 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: The selected contractor must receive security clearance from the Bureau of Indian Affairs/Education. In accordance with Multiple Federal Laws and regulations pertains specifically to background checks. The Victims of Child Abuse Act of 1990, 42 U.S.C. � 13041, requires Federal agencies and facilities under contract to complete a criminal history background check. The Indian Child Protection and Family Violence Prevention Act, 25 U.S.C. � 3207, also requires that individuals who work and volunteer with Indian children undergo an investigation of their character. BIAs criteria and procedures for making determinations of suitability based on an individuals character or conduct are found in 25 C.F.R. part 63 and in the Bureau of Indian Affairs Manual (BIAM) at part 62.3 OPMs role for Federal employees is set forth at 5 C.F.R. part 731. Child safety at Indian education facilities continues to be at risk from employees, contractors, and volunteers who have not undergone full background checks. 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 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 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 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.217-6 Option for Increased Quantity; FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item; FAR.217-8 Option to Extend Services; and 52.219 � Option to Extend the Term of the Contract 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: Mary Jane Johnson by, the closing date and time of this annoucement. Quotes submitted by email only to maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contracting Officer, by email to maryjane.johnson@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/a9cf2584e3df4b138336dbc591468d63/view)
 
Record
SN06034999-F 20210619/210618201531 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.