SOLICITATION NOTICE
U -- SPEECH/LANGUAGE THERAPIST
- Notice Date
- 2/22/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- BIA/OIEP/SCHOOL OPERATIONS; BRANCH OF CONTRACTS & GRANTS; P.O. BOX 829; ALBUQUERQUE, NM 87103
- ZIP Code
- 87103
- Solicitation Number
- RMK0E060020
- Response Due
- 2/28/2006
- Archive Date
- 3/30/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is RMK0E060020 and is issued as a Request for Quote (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-04. This requirement is set aside for small business with a NAICS Code of 611710 and the business size maximum is $12.0 million. The performance period for this requirement is from the date of award to June 23, 2006. The description of the service is: Services consist of providing speech/language services to Sherman Indian High School in accordance with IDEIA regulations. The speech/language therapist shall be primarily responsible for evaluating and reevaluating for special education students. Speech Language therapist shall provide a written report for each student. The contractor shall provide speech/language evaluations and screenings to assist the program in determining whether students qualify and/or continue to qualify for speech/language related services to address their communication concerns 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: Technical and past performance, when combined, are more important than cost or price. Proposals will be evaluated by the contract officer representative. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes along with a DUNS Number. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Required Central Contractor Registration and FAR clauses 52.219-6, Notice of Total Small Business Set-Aside and, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims are applicable. The complete text of the Federal Acquisition Regulation (FAR) are available at the following internet site: http://farsite.hill.af.mil. Proposals are due on February 28, 2006 at 3:00 pm local time (Mountain Daylight Time). Proposals may be faxed to the Contracting Division, Attn: Brendell Gallegos at (505) 248-6941, along with the completed representations and certifications and three references with contact names, addresses and telephone numbers, indicating contractor?s most recent past performance performing the same type of service. Pricing will include all charges/fees and taxes in your hourly rate to perform this requirement. Proposals will be submitted in writing and signed by an individual with the authority to bind their respective company. The address to mail your proposal is as follows: BIA/OIEP/School Operations, Division of Contracting and Grants, 500 Gold Avenue SW, 6th Floor, Albuquerque, NM 87102.
- Place of Performance
- Address: SHERMAN INDIAN HIGH SCHOOL, 9010 MAGNOLIA AVENUE, RIVERSIDE, CA
- Zip Code: 92503
- Country: U.S.A.
- Zip Code: 92503
- Record
- SN00992609-W 20060224/060222212638 (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 |