SOLICITATION NOTICE
U -- Occupational Therapist
- Notice Date
- 5/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Indian Affairs - Rocky Mountain Region 316 North 26th Street Billings MT 59101
- ZIP Code
- 59101
- Solicitation Number
- A12PS01178
- Response Due
- 6/8/2012
- Archive Date
- 5/21/2013
- Point of Contact
- Kris Kohlhoff Contract Specialist 4062477941 kris.kohlhoff@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation, for occupational therapy services is issued as a Request for Quote (RFQ). The North American Industry classification (NAICS) code is 621340 and the business size maximum is $7 million. This acquisition is being solicited under the small business set-aside. All small businesses shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the prime. All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. Resultant contract shall be awarded as a firm fixed price contract. The Period of Performance (POP) shall be from Contract Award thru June 30, 2013. The Government plans to make a single contract award. This office is requesting quotes on the following item: Provide all travel, supplies, materials and personnel to provide occupational therapy services for Bureau of Indian Education, Turtle Mountain Elementary. The school is located in Belcourt, North Dakota. Section 1: Scope The scope of this statement of work is to provide occupational therapy services to students with disabilities as needed in a regular school day and provide extended school year services. The hours of occupational therapy (OT) may increase or decrease based upon the students' Individual Education Plan (IEP), student count, and/or student attendance. The Occupational Therapist Registered/Licensed (OTR/L) must be certified in the state of North Dakota. Section 2: Description of Tasks The Contractor will provide direct occupational therapy services to students for Turtle Mountain Special Education (TMSE) that will conform to all Tribal (TERO), State and Federal regulations including No Child Left Behind and Individuals with Disabilities Education Act (P.L. 108-446). The Contractor agrees to perform its said work in strict accordance with currently approved methods and practices in its professional specialties to include inclusive and direct services. The parties agree that all occupational therapy services rendered will be in accordance with ethical and professional standards. It is further agreed and understood between the parties that the sole interest of TMSE is to ensure that occupational therapy services shall be performed and rendered in a competent, efficient and satisfactory manner. The Contractor shall not be considered an employee, agent or representative of the TMSE for any purpose whatsoever, and will function as an independent contractor separate from TMSE. The Contractor will be responsible for all benefits, FICA, applicable taxes, TERO fees, worker's compensation, licenses and unemployment insurance. TMSE will incur no further liability beyond the hourly rate paid to the contractor for the occupational therapy services. The Contractor will be responsible for all assessments and assessment protocols. The Contractor will submit service logs on a weekly basis in the NASIS program. The Contractor will be responsible for providing all supplies/materials and equipment that is needed to provide direct services to students. Section 3: Place of Performance Occupational Therapy services will be provided for eligible students who attend Turtle Mountain Elementary School, Turtle Mountain Middle School, Turtle Mountain High School, Ojibwa Indian School, Dunseith Day School, Turtle Mountain Preschool to include students from all five head start centers. OT services will be provided on-site at the occupational therapy classroom located within Turtle Mountain Elementary School. Student will be transported by their home school to the OT classroom located at the Turtle Mountain Elementary School. Section 4: Period of Performance The Contractor shall provide occupational therapy services from two (2) to eight (8) hours per day, five (5) days per week. Monday through Friday, between the hours of 8:00 AM and 4:30 PM during the regular school term, August through May (School year 2012-2013), to include the extended school year, June 2013. This will include a 45 minute preparation time on a daily basis. Storm days, emergency days, non-work days, late starts and early outs will be addressed accordingly. These services will be based upon the number of students with an Individual Education plan (IEP) that requires occupational therapy services. Services may include charting, attendance at various special education meetings pertaining to student placement and services, preparation time and other meetings as deemed necessary. Section 5: Personnel Performance/Replacement The Government reserves the right to judge the technical skill of all individuals assigned to this effort and to request a replacement if such is deemed necessary by the Government. The Government reserves the right to accept or reject any proposed individual with written notification. The Government reserves the right to judge the qualifications and acceptability of any individual proposed by the contractor for any position, and may require the contractor to replace an individual whose qualifications and suitability are judged deficient with written notification. For temporary and/or permanent replacement of personnel, the contractor shall provide a resume for each individual to TMSE of any changes in personnel assignment at least one week, or as mutually agreed upon, prior to making any personnel changes, prior to that individual's reporting for work on this effort. The contractor will afford the Government the opportunity to interview the replacement candidate, if requested. Also, the contractor personnel must submit necessary information to be issued a clearance prior to reporting for performance. Section 6: Government Furnished Property TMSE will provide internet service, telephone, fax, office space, IEP adapted equipment and supplies and therapy space. Section 7: Invoicing The contractor shall bill no more than once monthly and in accordance with FAR 52.212-4(g) with the following additional information: Time Period Covered Direct Labor hours for the current billing period and cumulative to date Section 8: Other Security Requirements Computer - Contractor employees must take BIA end-user computer security awareness training prior to being granted access to BIA data or being issued a user account. Training must be renewed annually. Background Investigations: Contractor will be subject to a background investigation as required by Bureau of Indian Affairs, Security. All paperwork will be submitted at least one month prior to on-site visitation to BIA Security, by the designated person at the Education Line Office. All costs will be incurred by the school requesting services. Contract Lines Hours Rate 0001 Occupational Therapist Registered/Licensed 1,600 0002 Occupational Therapist Assistant 1,600 QUOTES FOR THE ABOVE CAN BE E-MAILED TO kris.kohlhoff@bia.gov or faxed to 406-247-7908. QUOTES ARE DUE BY 4:00 pm MDT 06/08/2012. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). Please supply the following along with your price quote for each line item. 1. Offeror(s) must include their, DUNS number and a completed copy of FAR 52.212-3 with their quote or indicate that they have completed the On-line Representations and Certifications Application (ORCA) and that it is up to date. 2. The contractor shall demonstrate that current and proposed staff has an appropriate range of relevant academic and applied experience as well as licensures. The technical quote shall contain resumes of the proposed personnel along with a copy of their applicable licenses. 3. The Contractor shall provide recent and relevant contracts or work completed for the same or similar scope, contract numbers, points of contracts with telephone numbers, and other relevant information. This award will be a fixed price contract and include the following FAR Clauses: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011). The following clauses listed within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.219-28, Post Award Small Business Program representation (APR 2009); FAR 52.222-3, Convict Labor (JUN 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793); FAR 52.222-40, Contractor Policy to Ban Text Message While Driving (SEP 2010)(E.O. 13513); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) Alt I; 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); FAR 52.222-41, FAR 52.245-1 Government Property (JUN 2007) FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2011). 52.212-2 -- Evaluation -- Commercial Items (Jan 1999)(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: Qualifications and experience ofpersonnel, past performance and price. Personnel and past performance when combined are equal to price. 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's 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. (End of Provision) Contract clause 52.232-18 Availability of Funds
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01178/listing.html)
- Place of Performance
- Address: Belcourt, ND
- Zip Code: 58316
- Zip Code: 58316
- Record
- SN02753273-W 20120523/120521234940-16da7f52406dc43e78b5f2a1428fd042 (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 |