Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2012 FBO #3835
SOLICITATION NOTICE

Q -- Q - Diagnostic/Psych-Educational Services for Tohaali Community School

Notice Date
5/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS01201
 
Response Due
6/1/2012
 
Archive Date
5/23/2013
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
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 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. A12PS1201 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 2005-59. This is a total small business set aside. The North American Industry classification (NAICS) code is 621330. C.1 Statement of Work Diagnostic/Psych-Educational Services Background: The Bureau of Indian Education, Navajo Nation, serves as a branch of the state education agency (SEA) for several elementary and secondary schools and dormitories serving the Navajo Reservation students located in the states of Arizona, New Mexico and Utah. The statement of work calls for professional related services to assist the targeted Navajo Nation Schools in implementing the special education and related services as authorized under P.L. 108-446 Individualized with Disabilities Education Improvement ACT (IDEIA). The purpose of the IDEIA Program is to improve academic achievement of students with disabilities and introduce strict accountability measures to hold schools, districts and states responsible for the academic results of student with disabilities. Exceptional Children Part B funds are distributed to schools on a formula basis to provide special education and related services for eligible children with disabilities. The School is: Tohaali Community School, Newcomb, New Mexico Position: Diagnostics/Psycho-Educational Services licensed in the state of New Mexico. Identified Students; Based upon the need over the last five years at Tohaali Community School, we anticipate 12 students per year requiring services. The total required based upon the students IEP is 30 days. We believe that the needs of the students can be met with a cont4rac of 1 day per month that would include time for the assessment and reassessment process maximum of 8 hours per month. The number of days for the Tohaali Community School services may increase or decrease during each year depending on the number of students that require service for each school year. Objectives: To ensure the provision of Diagnostic Psycho-Educational Services to identified or referred Special Education students attending BIE schools on the Navajo Reservation. Services will be provided in accordance with P.L. 108-446, the individuals with Disabilities Education Act of 2004 as specified in the student IEP. 1. Observe, screen, evaluate students and provides documentation for students referred by the child find team. 2. Assesses and plans treatment for qualifying students; 3. Attends and participates on multi-disciplinary teams to develop Individual Educational Plans (IEP) and makes placement recommendations; 4. Conducts Diagnostics/Psycho-educational assessment in specified timelines, determining if student meets State of Department of Education criteria and generates written reports according to state guidelines. 5. Provides technical assistance to teachers and serves on multi-disciplinary committees regarding evaluations results, development of goals and objectives, provisions of services. 6. Participates in the CORE team regarding instructional accommodations, special services, and behavior management strategies to ensure appropriate educational opportunities are provided to all students; 7. Participates in planning conferences for initial and re-evaluations. 8. Attends placement meetings, manifestation determinations and transfers meetings; 9. Provides technical assistance to teachers, parents, and administrators on test interpretations, curriculum based assessments. 10. Interacts with teachers, parents and students when conducting assessments, making observations and reviewing evaluations data to facilitate identification, evaluation, eligibility and placement into and out of special education programs. 11. Maintains administrative records and files in compliance with policies, regulations and good 8.0 Period of Performance: Base Year = 24 days from August 01, 2012 to June 30, 2013 Option Year 1 = 24 days from August 01, 2013 to June 30, 2014 Option Year 2 = 24 days from August 01, 2014 to June 30, 2015 Option Year 3 = 24 days from August 01, 2015 to June 30, 2016 Option Year 4 = 24 days from August 01, 2016 to June 30, 2017 POINT OF CONTACT: Bobbie Curties, Business Technician QUOTE LINE ITEMS: BASE YEAR: For two (2) Consultants 1. Diagnostic/Psych-Educational Services, 7 hours @ $_______ per hour x 100 days = $_______ (Please provide a breakdown of total cost include all taxes and travel expenses) OPTION YEAR 1: For one (1) Consultant 1. Diagnostic/Psych-Educational Services, 7 hours @ $_______ per hour x 100 days = $_______ (Please provide a breakdown of total cost include all taxes and travel expenses) OPTION YEAR 2: For one (1) Consultant 1. Diagnostic/Psych-Educational Services, 7 hours @ $_______ per hour x 100 days = $_______ (Please provide a breakdown of total cost include all taxes and travel expenses) OPTION YEAR 3: For one (1) Consultant 1. Diagnostic/Psych-Educational Services, 7 hours @ $_______ per hour x 100 days = $_______ (Please provide a breakdown of total cost include all taxes and travel expenses) OPTION YEAR 4: For one (1) Consultant 1. Diagnostic/Psych-Educational Services, 7 hours @ $_______ per hour x 100 days = $_______ (Please provide a breakdown of total cost include all taxes and travel expenses) H.1 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 BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 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. H.2 Non-Personal Health Care Services This contract is a non-personal services contract, under which the contractor is an independent contractor. The Government may evaluate the quality of professional services provided. The Contractor is required to indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the specialty concerned. H.3 Professional Employee Compensation All professional employees shall be compensated fairly and properly in accordance with FAR Subpart 22.11. The Service Contract Act of 1965 is not applicable to the award of this contract, as performance by contractors are defined as professional employees. H.4 CONFIDENTIALITY: All materials furnished or produced by the contractor under this agreement, including, but not limited to, documents, reports, and correspondence will remain confidential. The contractor shall not release information to any persons, group of persons, or organization other than the Bureau of Indian Education and the school listed in this statement of work, which information related to work performed, research, or information derived from work performed under this agreement, breach of confidentiality shall be deemed substantial breach of this agreement and may be ground for rescission. H.5 TRAVEL REQUIREMENTS: 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. SECTION M: EVALUATION CRITERIA FAR 52.212-02: Evaluation -Commerical 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 Experience Factor IV - Familiarity of the school or location Factor V - 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'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. M.2 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's 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.3 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.4 Evaluation The Government will be utilizing a best value trade off proceedures 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.5 Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Experience Factor IV - Familiarity of the school or location Factor V - Past Performance Factor I - Technical Capability quote for Diagnostic/Psych-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 offeror's understanding of the Bureau of Indian Education's 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 Diagnostic/Psych-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 d) Submit a letter of commitment for all key personnel. Factor III - Past Experience for similar Diagnostic/Psych-Educational Services, in accordance with the Statement of Work. In the areas of quality, timeliness, customer satisfaction and business practices. Relevance of the offer's past project experience to this type of requirement. Factor IV - Familiarity of the school or location for Services, in accordance with the Statement of Work. Consultant shall demonstrate the familiarity of the school or location, staff, student performance data, school needs, demographics and other key information about the population attending Tohaali Community Schooll. Factor V - Past Performance for Diagnostic/Psych-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". Award will be made to the best-value tradeoff response received offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies 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; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: FAR 52.233-03; FAR 52.233-4; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-41; FAR 52.232-30; FAR 52.232-33; FAR 52.232-36; FAR 52.222-36; FAR 52.223-18; FAR 52.211-18; FAR 52.217-06; FAR 52.217-07; FAR 52.217-08; FAR 52.217-09; FAR 52.217-02; FAR 52.219-6; FAR 52.219-9; FAR 52.204-06; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program; 1450-0016-001, Homeland Security Presidential Directive 12 (HSPD-12); 1452-204-70, Release of Claims; Background Investigations Requirement; Federal Travel Regulations. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, by close of business, 4:30 P.M., Local Time, June 1, 2012. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: mary.jim2@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at Email: mary.jim2@bia.gov or by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) 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 CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01201/listing.html)
 
Place of Performance
Address: Tohaali Community School
Zip Code: 87455
 
Record
SN02756492-W 20120525/120524000250-b59b6565ef17af09a9b910bab1c154dd (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.