SOLICITATION NOTICE
Q -- Speech and Language Service to the BIA, Bureau of Indian Education (BIE), Kaibeto Boarding School, Kaibeto, AZ
- Notice Date
- 8/25/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW, ALBUQUERQUE, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RMK0E060091
- Response Due
- 8/29/2006
- Archive Date
- 8/30/2006
- 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, RMK0E060091, is issued as a Request for Quotes (RFQ). 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 624310 and the business size maximum is $5.0 Million. The proposed contract is set aside for Indian owned business under the authority of the (Buy Indian Act, 25 U.S.C. 47). All Indian Owned business 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 Indian Owned business (prime). All Indian Owned Businesses shall certify that they are an Indian Owned Business by completing the Representation Declaration (Buy Indian Certification Statement). Please request for a copy of this form via fax (505-248-6941). All Indian Owned businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible Indian-owned businesses sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 001: Provide all travel, supplies, materials and personnel to provide professional project management, evaluation, technical assistance, training, and capacity building for the selected schools under the FOCUS Project. The QUANTITY is One (1), The UNIT is Lump Sum. Please provide a breakdown of your costs to include. 1. Cost per evaluation, 10 evaluations per year (10 re-evaluations; 5 new evaluations); Consultations, Eight (8) hour consultations, four (4) consultations per month for ten (10) months. 3. Travel Costs in accordance with the Federal Travel Regulations. The Government intends to award a firm fixed price contract. The period of performance shall be from Date of Award through June 30, 2006 with four option year periods. The SCOPE OF WORK (SOW) is as follows: The contractor will provide Speech and Language Evaluation and screening services. Services shall be on-site (Kaibeto Boarding School) for 25 students, who are identified as speech impaired and suspected and found eligible for speech and language services per P.L 105-17 and 4 CFR, Part B. The contractor shall provide four (4) visits a month. The contractor shall provide following services. 1. Evaluate and screen students that are due to have speech/language evaluation or students that have recently been referred for individual evaluation. 2. Prepare and provide a Comprehensive Evaluation Report (3-5 pages) and submit to Kaibeto Boarding School, Academic Department Head, P.O. box 1420, Kaibeto, AZ 86053, within 30 calendar days after the parents sign the permission to evaluate. 3. Conduct an Individual Education Plan (IEP) meeting for each student identified as eligible for Speech/Language services. 4. Provide and use personal standardized testing instruments. 5. Provide direct therapy services in small group setting four times per month. The contractor and the school?s Special Education will make scheduling. 6. Provide technical assistance and training to para-professional, who are working with speech impaired students that speech services specified on the IEP can be provided during the time when the contractor is not present, once per quarter. 7. Provide Speech/ Language In-Service to Special and General Education staff to explain diagnostic summary. 8. Provide training in Augmented Language and Assistive technology/Speech. 9. Provide Speech/Language and Augmentative Communication Services according to IEPs. 10. Provide initial Speech/Language Augmentative Communication Evaluation to determine present levels of communicative functioning. 11. Participate in the MDED/MDT/IEP meetings within 60 days of the parents signed Permission to Evaluate to interpret the results and respond to questions. 12. Attend contractor/provider?s meeting with the Western Navajo Agency, Special Education. 13. Provide a copy of state certification to Agency Special Education and the school. 14. Provide a proof of long comprehensive background check to the Agency special Education Coordinator?s Office and school. QUALIFICATION OF THE EXPERT PROVIDER: 1. Experience providing speech / language services to BIA, BIE schools. 2. Shall be certified by the state to practice as a speech/language therapist. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide the lump sum cost for the base and three option year periods with a breakdown of their cost to provide this service and provide a copy of their credentials, including but not limited the college diploma. The offeror shall have a favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program in accordance with the Background Investigations Clause. Please contact the Security Office at (505) 248-6939 to begin process. 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 52.212-1 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 52.212-3, 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 52.212-5 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 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 52,242-17 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 (para 1, 15 days); FAR 52.217-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 4.5 years); 52.217-3 Evaluation Exclusive of Options; and, FAR 52.212-2, 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 PROVIDER section of SOW 1b. Past Experience: List contracts that are of comparable size, complexity and similar. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & 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. The due date for receipt of quotes is August 29, 2006; 10:00am Local Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, 1001 Indian School Road, Albuquerque, NM 87104, or you can fax your quotes to (505) 248-6941.
- Record
- SN01126277-W 20060827/060825221846 (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 |