SOLICITATION NOTICE
U -- Educational Support Services, Occupational Therapy
- Notice Date
- 8/18/2010
- Notice Type
- Presolicitation
- 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
- RMN00100257
- Response Due
- 8/27/2010
- Archive Date
- 8/18/2011
- Point of Contact
- Ella M. Dempsey Purchasing Agent 5058638335 ella.dempsey@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 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. RMN00100219 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 2005-43. This acquisition is a total small business set-aside. NAICS Code: 611710 Small Business Size Standard: $7.0 million. DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to provide occupational therapy screening, assessment and direct therapy as follows: 1. In-depth occupational therapy screening and assessment using test instruments that are properly standardized, no med, reliable, valid age apppropriate non-discriminatory and sensitive to the local culture in diagnosing native american student who are experiencing motor and percetual problems in accordance with 34 CFR Part 300-532. 2. Thoroughly written assessment report will but not be limited to: Reasons for referral, development and recommendations and summary of scores. Evaluation report provided to the school within fifteen days of evaluation. 3. Conduct staffing to interpret the assessment findings to the parent and the IEP Team regarding the most appropriate therapy plan and placement for the student. 4. The therapist will develop the IEP for each student, implement the IEP, provide direct therapy, write progress report for each student served. 5. The therapist will maintain records, complete paper work, and practice effective organizationsl skills as part of his/her professional responsibilities. 6. The therapist will audit program files. NON-PERSONAL SERVICE: This is a non-personal healthcare services purchase order and the Contractor is an independent Contractor. The Government may evaluate the quality of professional administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g. professional judgments, diagnosis for specific medical treatment). The Contractor is required to indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during the performance of this contract. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. 1. Therapy Services 7 hours per day $_____________ x 40 days $______________ 2. Material Cost $____________ 3. Travel Cost: 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 occupational therapy 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. Therapist shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. $________________: SERVICES PERFORMANCE PERIOD IS FROM THE DATE OF THE AWARD THRU JUNE 30, 2011. 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. Award will be made to the lowest priced 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 Clause including all addenda applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-1, Payment; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999);52.229-3, Federal, State, and Local Taxes (April 2003). The following Department of Interior provisions and clauses apply to this solicitation: DIAR 1452-204-70, Release of Claims - Department of the Interior, 1452.226-70, Indian Preference (April 1984), 1452.226-71, Indian Preference Program (April 1984), 52.217-08, Option to Extend Services (Nov 1999), 52.217-09, Option to Extend the Term of the Contract (Mar 2000). The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov/far or may be requested from the Contracting Officer. Sign and date offers 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: Ella M. Dempsey, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, 4:30 P.M., Local Time, August 26, 2010. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Any further questions regarding this announcement may be directed to Ella M. Dempsey, Contracting Officer, at (505) 863-8335, 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/RMN00100257/listing.html)
- Place of Performance
- Address: BIA, OIEP, Cottonwood Day School, Chinle, Arizona
- Zip Code: 86503
- Zip Code: 86503
- Record
- SN02245560-W 20100820/100818235720-068f802393b715e07a9b5b8b18a09799 (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 |