Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2007 FBO #2193
SOLICITATION NOTICE

Q -- Special Education and Related Services through residential treatment programs/services for the Bureau of Indian Education (BIE), Division of Performance and Accountability (DPA)

Notice Date
11/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BIA/ALBUQUERQUE ACQUISITION OFFICE; P.O. BOX 26567, ALBUQUERQUE, NM 87125
 
ZIP Code
87125
 
Solicitation Number
RMK0E080005
 
Response Due
12/17/2007
 
Archive Date
12/17/2007
 
Point of Contact
MARITA ROTH (505) 563-3015
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation, RMK0E080005, is issued as a Request for Quotes (RFQ) under test procedures of FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. The North American Industry classification (NAICS) code is 623220 and the business size maximum is $5.0 Million. The proposed contract is full and open. All responsible sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 0001 BASE YEAR: Provide certified/licensed personnel, classroom facilities, therapeutic services, transportation, specialized instruction, counseling and therapeutic equipment in fulfillment of student needs in a certified and/or licensed facility for the BIA/DPA/ Residential Education Placement Program (REPP), in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Day. 0002 OPTION YEAR ONE (1): Provide certified/licensed personnel, classroom facilities, therapeutic services, transportation, specialized instruction, counseling and therapeutic equipment in fulfillment of student needs in a certified and/or licensed facility for the BIA/DPA/Residential Education Placement Program (REPP), in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Day. 0003 OPTION YEAR TWO (2): Provide certified/licensed personnel, classroom facilities, therapeutic services, transportation, specialized instruction, counseling and therapeutic equipment in fulfillment of student needs in a certified and/or licensed facility for the BIA/DPA/ Residential Education Placement Program (REPP), in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Day. 0004 OPTION YEAR THREE (3): Provide certified/licensed personnel, classroom facilities, therapeutic services, transportation, specialized instruction, counseling and therapeutic equipment in fulfillment of student needs in a certified and/or licensed facility for the BIA/DPA/Residential Education Placement Program (REPP), in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Day. 0005 OPTION YEAR FIVE (5): Provide certified/licensed personnel, classroom facilities, therapeutic services, transportation, specialized instruction, counseling and therapeutic equipment in fulfillment of student needs in a certified and/or licensed facility for the BIA/DPA/ Residential Education Placement Program (REPP), in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Day. Indefinite Delivery Indefinite Quantity (IDIQ) contracts shall be awarded which identify a fixed price daily rate (daily rate for all costs) for the base and option years; therefore, provide only the daily rate to provide the services in accordance with the SOW. The Government intends to award IDIQ contracts for a base year and four (4) one year options. The period of performance for the Base Year is from January 1, 2008 through December 31, 2008. The POP for Option Year One is from January 1, 2009 through December 31, 2009 The POP for Option Year Two is from January 1, 2010 through December 31, 2010. The POP for Option Year Three is from January 1, 2011 through December 31, 2011 The POP for Option Year Four is from January 1, 2012 through December 31, 2012. Multiple Awards shall be made. Awards shall be made to companies/businesses to provide one or more items delineated under the OBJECTIVES section of the SOW. One or more awards shall be made for each item delineated under the OBJECTIVES section of the SOW. The Government shall issue task orders against the IDIQ contracts for the items delineated under the OBJECTIVES section of the SOW when a need arises. Task orders shall be issued on a fixed price basis utilizing the fixed price daily rate awarded in each IDIQ contract ?x? the number of days to complete the task. Each award shall be numbered sequentially for each item delineated in the SOW OBJECTIVES section. The Government shall place the first task order with the first IDIQ contractor, the second task order with the second IDIQ contractor, etc. in order to provide awardees a fair opportunity to be considered for each order. The minimum value of each contract shall be one task order per POP for a minimum value of not less than $1,500.00. The maximum value of each IDIQ contract shall be twenty task orders per POP for a maximum value of not more than $1,000,000.00. The task order ombudsman shall be: Name: Marita Roth, Contracting Officer (CO), Address: P.O. Box 26567, Albuquerque, NM 87125; Telephone: (505) 563-3015; Fax: (505) 563-3019; EMAIL: mroth@bia.edu. The Scope of Work (SOW) is as follows: BACKGROUND: The Bureau of Indian Education (BIE) serves as a state education agency (SEA) for 184 elementary and secondary schools and dormitories serving 47,671 students located in 23 states on 63 American Indian reservations. The Individuals with Disabilities Education Improvement Act (P.L. 108-446) and the No Child Left Behind Act (P.L. 107-110) require schools to provide education services that meet the specific needs of every child. The purpose of these contracts is to ensure that the Bureau of Indian Education (BIE) provides a continuum of special education and related services, through residential treatment programs/services, to Native American children with disabilities including those who have been determined to be socially and emotionally at-risk. REQUIRED QUALIFICATIONS: All contractors/facilities must be state certified and/or licensed and provide all required certified/licensed personnel, classroom facilities, therapeutic services, transportation, specialized instruction, counseling and therapeutic equipment in fulfillment of student needs and the Individualized Education Program (IEP) for students with disabilities. The contractor must offer education instruction using a standardized curriculum and provide a culturally sensitive program for Native American students. OBJECTIVES: Based upon referrals from local BIE funded schools: 1. Contractors will provide residential treatment services to Native American students with disabilities, ages 4-21 years and school-age children who have been determined to be socially and emotionally at-risk and whose educational needs cannot appropriately be met in his/her home school. Serving female and male students, services in a gender specific environment may be needed. Due to a documented history of being a danger to oneself or others, emergency referrals may be made. The amount of services, number of students to be served, type of services needed and locality cannot be determined at this time. 2. Following the referral process and in adhering to the BIE-IHP policies and placement procedures, all placements and services for students identified as ?at risk? and students with disabilities must be specified in the student?s IEP and have consent of the parent/legal guardian/surrogate parent. Student disabilities and/or needs will vary and may include: students with emotional and behavioral disorders, developmental disabilities, fetal alcohol syndrome, drug/alcohol related problems, cognitive impairment, autism, high functioning autism, other autistic spectrum disorders and psychiatric diagnoses, i.e. depression, anxiety, bi-polar disorder, oppositional defiant disorder, aspergers syndrome, suicidal tendencies, tourettes syndrome, anorexia nervosa, reactive attachment disorder, and schizophrenia, and; services may also be needed for students who have been sexually and/or physically abused, have Human Immunodeficiency (HIV) or Acquired Immunodeficiency Syndrome (AIDS) and juvenile delinquent acts and adjudication, and juvenile sex offenders. 3. Contractors will provide various services based upon individual student needs and for students with disabilities are in accordance with the student?s IEP. Services may include but are not limited to: assessment/evaluation; special education services; year round schooling; vocational/life skill training; substance abuse education/refusal skills training; lifetime leisure activities/education; behavioral health services, i.e. individual counseling, group counseling, nursing, medication monitoring, family therapy, parent training, case management, aftercare planning; emergency shelter; step-down programs, i.e. therapeutic group home and therapeutic foster care, semi-independence living and outpatient counseling services. Other services may include intensive training in social skills and problem solving, emotional/literacy management, extended specialized treatment services, specialized care for students with criminal histories, high impact training for youth who failed to foster home placements, outreach programs; and community based training for local schools and parents. 4. The Contractors must include a parent involvement component that is programmatically and fiscally accountable to include activities such as involvement in IEP meetings, treatment team meetings, family therapy and family contacts to ensure reconciliation and stability. The contractors must obtain parental/guardian consent and notify the Bureau of Indian Education-Institutionalized Handicapped Program prior to a discharge of student or change of placement and/or change of services (i.e. termination of services, change in hours of services, add services, and change in service cost). 5. The Contractor must provide program information and guarantee a yearly audit and a ?fixed-rate? service cost that will be in effect for the duration of the contract period. EVALUATION CRITERIA: 1. Facility must be state accredited and/or licensed by a national organization; 2. Provision for culturally sensitive services/programs; Provision for parental involvement; 3. Standard curriculum; 4. Provision for ancillary services; 5. Certified or licensed: Personnel, Classroom facilities, Therapeutic services, Transportation; 6. Specialized education, and Counseling; 7. Reasonable and appropriate budget; 8. Guarantee of ?fixed-rate? service cost; 9. Experience with BIE funded schools; and 10. Experience with Native American populations. DELIVERABLES: 1. Student services as specified in the students IEP; Parent Involvement Component, including training and visitations; Monthly student progress reports (written); Final discharge summary; Monthly invoices; Annual update of IEP; Maintain current evaluations for all related services; Monthly updates of student admissions/discharges; and Written notice of and changes in facility location, address and direct service personnel. TIMELINE: 1. The contractor must be available to provide services beginning January 1, 2008. Service provisions will be scheduled with each provider on an individual basis when determination of the required consulting need is made. Contractors may be identified to perform specific objectives within the scope of work given a particular area of expertise. 2. This contract will be awarded with a base year with four one-year options. The Offeror shall provide the lump sum cost with a breakdown of their cost to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.2 Instructions to Offerors ? Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.2 12-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference. . Clauses Incorporated by Reference. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (SPR 1998). FAR 52.2 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 52.222- 19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party. FAR 52.239-1 Privacy or Security Safeguards. FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-I 7 Government Delay of Work, 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; Background Investigations Clause; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (pan I, 15 days); FAR 52.2 17-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 4.5 years); 52.2 17-3 Evaluation Exclusive of Options; and, FAR 52.2 12-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS OF EXPERT: Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror and ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. Closing Date of Quote is December 17, 2007, 8:00 am local time. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide their daily rate for the base and option years to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. You may mail your quote to BIA, Albuquerque Acquisition Office, P.O. Box 26567, Albuquerque, NM 87125, or you can fax your quotes to (505) 563-3019 Attn: Marita Roth. If there are any technical questions concerning the scope of work, direct your questions to the project manager, Bertha Muskett, at (505) 786-6006 or 6166.
 
Record
SN01458012-W 20071128/071126223611 (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 |
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.