Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOLICITATION NOTICE

R -- R - SCHOOL COUNSELOR FOR COTTONWOOD DAY SCHOOL

Notice Date
6/21/2011
 
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
A11PS00584
 
Response Due
6/27/2011
 
Archive Date
6/20/2012
 
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. A11PS00584 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This procurement is being conducted under the Simplified Acquisition procedures pursuant to the authority of FAR subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b) FAR Part 12, Acquisition of Commercial Item (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. Total Small Business Set Aside NAICS Code: 624190. DESCRIPTION: Elementary School Counselors provide individual, small-group, and classroom guidance services to students. Counselors observe children during classroom and play activities and confer with their teachers and parents to evaluate the children's strengths, problems, or special needs. In conjunction with teachers and administrators, they make sure that the curriculum addresses both the academic and the developmental needs of students. School counselor, will work or help students to understand and deal with social, behavioral, and personal problems. The counselor will emphasize preventive and developmental counseling to enhance students' personal, social and academic growth and to provide students with the life skills needed to deal with problems before they worsen. Counselor will provide special services, including alcohol and drug prevention programs and conflict resolution classes, also try to identify cases of domestic abuse and other family problems that can affect a student's development. Counselors interact with students individually, in small groups, or as an entire class. They consult and collaborate with parents, school administrators, school psychologists, medical professionals, and social workers to develop and implement strategies to help students succeed. Extended, Mental health counseling is preferred, working with individuals, families, and groups to address and treat mental and emotional disorders and to promote mental health. Must be trained in a variety of therapeutic techniques used to address issues such as: depression, anxiety, addiction and substance abuse, suicidal impulses, stress, trauma, low self-esteem, and grief. In addition, counselor may be involved in community outreach, advocacy, and mediation activities. Come specialize in delivering mental health services for the family. Counselors will work closely with other mental health specialists, such as psychiatrists, psychologists, clinical social workers, psychiatric nurses, and school counselors for the safe and effective services for students with disabilities. School Counselors work on a contract basis may spend a substantial amount of time traveling to Cottonwood Day School, Chinle, Arizona, with 180 school days. The Counselor is required to follow the schools instructional schedule. Cottonwood Day School implemented reading and math block to increase reading and math achievement with all students. Purpose of Services:Cottonwood Day School is a Bureau of Indian Education (BIE) operated school under Arizona Central Navajo Agency, Chinle, Arizona. The school operates a Day School serving approximately 270 students. Cottonwood Day School special education program serve an estimate of 10% of the enrollment are identified as students with disabilities. The disabilities of students are Specific Learning Disabilities, Speech and Language Impairment, Physical Therapy, Occupational Therapy, Counseling, Hearing Impairment, and Mental Retardation. Under the P.L. 102-119 Individual with Disabilities Education (IDEA) requires that the multidisciplinary team of child referred for possible special education services. In CFR: 300.24 General. The term related services means supportive services as are required to assist a child with a disability to benefit from special education and includes counseling services means services provided qualified social workers, guidance counseling provide the best educational services for students with disabilities. Scope of Work:The firm will conduct a comprehensive psycho-educational assessment using test instruments that are properly standardized, normed, reliable, valid, age appropriate, nondiscriminatory, and sensitive to the local culture and language in diagnosing enrolled students who are experiencing learning and behavior problems. Consultative Services including the following: Develop Leadership Skills - social and personal management activities; and decision-making activities; Develop Team and Collaboration - work with problem solving teams to ensure responsiveness to equity and cultural diversity issues as well as learning styles. Collaborate with other helping agents (peer helpers, teachers, principals, community agencies, businesses). Collaborate with school and community teams to focus on rewards, incentives, and supports for student achievements. Collaborate with others to develop staff training on team responses to students' academic, social, emotional, and developmental needs; Develop Counseling and Coordination: Hold brief counseling sessions with individual students, groups and families. Coordinates school and community resources for students, families, and staff to improve student achievement. Be liaison between students and staff, setting high aspirations for all students and developing plans/supports for achieving these aspirations. Coordinate staff training initiatives to address student needs on a school wide basis. Screening: Screen students as referred by the Child Study Team with parental knowledge and consent. Participate in Child Find activities as schedule and coordinated by the school's special education program with the purpose of screening the academic and behavior skills of referred school age children. The School Counselor collaborates with the other team members during Child Find day. Following the Evaluation and placement (if eligible) by MDT of the school special education programs, the evaluation and placement are conducted within 60 days of parental consent as mandated by IDEA guidelines. Conduct and/or participate in staffing to interpret the learning and physical assessment results and present findings to the parent(s) and the Multidisciplinary Team and to determine the most appropriate instructional program and placement for the student. Develop Individualized Education Program (IEP) goals and objectives for students who are eligible and placed in the special education program for learning and occupational program. The School Counselor will take part in developing IEP goals and objectives for each student receiving learning and behavior services. Specialized in the following school population: The contractor has the specialized knowledge and skills to work with the following areas at school age level: Augmentative communication devices for those with severe communication hindrance. Traumatic Brain Injury (TBI) cases; the contractor has some knowledge of Brain Injury; Tracheostomy cases which requires coordination with IHS medical Staff; Dysphasia cases which also requires coordination with IHS SLP and medical staff; Development Apraxia of Speech; Ataxic Speech; Dysarthric Speech; Cleft Palate; Down Syndrome; Autism/Pervasive Developmental Delay; and Developmentally Delayed Children. Consultative Services: Additional therapy planning and completion of therapy and evaluation paperwork will be conducted home business office. Paperwork may include, but not limited to compiling and writing evaluation and service log, scoring of testing protocols, interpreting evaluation results, writing up learning and behavior evaluation report, writing progress reports, and developing IEP goals. Provide technical assistance and /or training to the staff and the parents of students placed as MDT placement as requested or as needed. Maintain confidentiality of all student records and information as mandated by Federal and State guidelines. Develop a monthly schedule of onsite visits for the Special Education Program to ensure ongoing provision of School Counselor Services at the schools. Work Station: The School Counselor will provide indirect and direct School Counselor services at Cottonwood Day School, with the special education program. The School Counselor will provide the speech and language goals and objectives as it is aligned in the student with disabilities Individual Education Plan (IEP). The School Counselor will provide an estimate of 40 days, if necessary the contract will be extended with the necessary documentation to extended the contract of services with Cottonwood Day School. Security: The School Counselor is required to have received the security clearance through the Bureau of Indian Education - Security Office. Period of Performance: BASE YEAR: August 1, 2011 thru June 30, 2012OPTION YEAR 1: August 1, 2012 thru June 30, 2013OPTION YEAR 2: August 1, 2013 thru June 30, 2014OPTION YEAR 3: August 1, 2014 thru June 30, 2015OPTION YEAR 4: August 1, 2015 thru June 30, 2016 FAR 52.212-02: Evaluation -Commercial 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 CapabilityFactor III - 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.1 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.2 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.3 EvaluationThe Government will be utilizing a best value trade off procedures 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.4 Evaluation FactorsFactor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance Factor I - Technical Capability quote for a School Counselor, will work with student, 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 Affair'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 a School Counselor, will work with student, 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 along with a letter of commitment for all key personnel. Factor III - Past Performance for a School Counselor, will work with student, 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". Complete and submit Appendix II. APPENDIX II: Past Performance Questionnaire1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what did the you do to fix it?11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How did you perform considering technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. If you used subcontractors, What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Have you performed other past efforts with the any other agency? 16. What are your company's strong points or what the reference liked best? QUOTE LINE ITEMS: 1. School Counselor, 40 visits @ $_______ per day = $_______ (Please provide a breakdown of total 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 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. 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 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 52.232-30; FAR 52.232-33; FAR 52.232-36; FAR 52.222-36; FAR 52.223-18; FAR 52.211-18; FAR 52.217-08; FAR 52.217-09; FAR 52.217-02; FAR 52.204-06; FAR 52.216-01; FAR 52.203-15, 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 27, 2011. 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 (505) 863-8257, 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/A11PS00584/listing.html)
 
Place of Performance
Address: COTTONWOOD DAY SCHOOLCHINLE, ARIZONA
Zip Code: 86503
 
Record
SN02477906-W 20110623/110621234437-057bda8393de4afc88687a1e910b3309 (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.