SOLICITATION NOTICE
Q -- Speech Pathology Services for Bureau of Indian Education students at the Nenahnezad Community School.
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- A11PS01205
- Response Due
- 8/19/2011
- Archive Date
- 8/11/2012
- Point of Contact
- Marita Roth Contracting Officer 5055633015 ;
- 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
- Speech Pathology Services for Bureau of Indian Education students at the Nenahnezad Community School. 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 speech pathology services is issued as a Request for Quote (RFQ). The North American Industry classification (NAICS) code is 621340 and the business size maximum is $5 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 contracts shall be awarded as a firm fixed price contract. The Base Period of Performance (POP) shall be from August 22, 2011 to July 31, 2012. 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 speech pathology services for Bureau of Indian Education students at the Nenahnezad Community School. The school is located in the Fruitland, NM. STATEMENT OF WORK: Provide all travel, supplies, materials and personnel to provide Speech pathology Services for Bureau of Indian Education Schools located on the Navajo Nation Indian Reservation in New Mexico and Arizona in accordance with the Statement of Work (SOW). BACKGROUND: The Bureau of Indian Education 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 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. Approximately 49 schools will be funded Part B Funds through a formula based process to provide special education and related services for eligible children with disabilities. The school is: Nenahnezad Community School, Fruitland, NM. POSITION: Speech Language Pathologist Licensed in the State of NM. IDENTIFIED STUDENTS: Based upon the need over the last five years at Nenahnezad Community School, we anticipate 20 students per year requiring services. The total hours required (based upon the students IEP) is 24 hours per week. We believe that the needs of the students can be met with a contract of 3 days per week that would include time for the assessment and reassessment process (maximum of 108 days per school year). The number of days for speech pathology services may increase or decrease during each year depending on the number of students that require service for each school year. OBJECTIVES: The contractor will hold a current certification as a Speech Language Pathologist (SLP) in order to provide services to children identified with a disability of Speech Language Impairment (SLI) at Nenahnezad community School, New Mexico Navajo North Line Office. The SLP will be expected to perform within the school's policy and procedural guidelines as well as comply with all federal mandates, State Board of Education and the BIE Special Education Policies and Procedures. The SLP will be responsible for the following:1. Arrive on time, working within the parameter of the school's daily schedules,2. Provide their own diagnostic instruments and protocols,3. Conduct Child Find screenings for all students, with a particular emphasis on kindergarten and first grade students, for the purpose of identifying appropriate intervention strategies and/or to identify students who may be in need of further evaluations.4. Complete a comprehensive initial evaluation or reevaluation for referred students. All evaluation/reevaluations will be completed in a timely manner. Best practice will be within thirty days after receipt of signed parent consent, however 60 days are allowed by law. In order to exit a student from Speech/language, the SLP will provide documentation of goals mastered and complete an exit evaluation upon receipt of parental consent and agreement to exit. When reviewing existing evaluation data for a three year reevaluation, the SLP must provide data to show a need for a three year reevaluation.5. Attend the initial eligibility and or three year reevaluation IEP planning meeting to review the findings of the evaluation with the multidisciplinary team. The SLP will provide strengths, weaknesses, appropriate suggested goals, and placement recommendations to the team. The SLP will attend the annual IEP review meetings and any other MDT meeting that is related to the speech/language services of the students and provide the team with actual data of services, and progress made toward the goals on the current IEP and data regarding the need for ESY services with documented regression of skills and time taken to recoup.6. Provide information, training, any support needed to staff and parents, and therapy to students requiring augmentative communication devices and/or assistive technology required as per students' IEP.7. Maintain accurate records of:a. Service logs ( to be turned in weekly to the Special Education Department)b. Student progress report (to be completed via NASIS on a quarterly basis)c. Clinical notes of daily progress, dates, time and student being assessed,d. IEP/MDT meeting attendance and duration,8. Submit monthly invoices, with appropriate justification of services provided as verified by the special education coordinator/lead teacher, who will forward to the administrator/principal to process for payment. DELIVERY / PLACE OF PERFORMANCEServices shall be provided to all identified special needs students in the Special Education classrooms as assigned by school administrators. Place of performance will be on-site at the Nenahnezad Community School, Navajo Route 13, Red Valley, AZ from 8:00 a.m. to 4:00 p.m. (8 hours/day) for 3 days/week for 36 weeks for a total of 108 days. PERIOD OF PERFORMANCEPeriod of performance is for the 2011/2012 school year, August 22, 2011 to July 31, 2012. INSTRUCTION TO OFFERORS All offerors shall submit a quote consisting of a separate (1) technical approach volume and (2) price volume. The volumes shall be as follows: Volume One: Technical Quote and Volume Two: Price Quote. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. Basis of Award: the Government will make an award based upon best value. Technical factors as a whole are more important than price. The evaluation factors are as follows in descending order of importance. a. Qualifications and Experience of Proposed Personnel; b. Technical Approach, and c. Past Performance. Volume 1: Technical Quote. The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Offeror has an understanding of all requirements specified in the Statement of Work. The technical quote shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical quote so that the Offeror's understanding of the detail and complexity of the requirements may be evaluated. 1.a. Qualifications and Experience of Proposed Personnel. 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. 1.b. Technical Approach. The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. 1.c. Past Performance: The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contracts with telephone numbers, and other relevant information. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. Offerors should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. Volume 2: Price Quote. The Offeror shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. All items are critical, as the Government will evaluate the Offeror's proposal for reasonableness and completeness/accuracy. An analysis will be completed on a "total price" basis consistent with a fixed price methodology, as inclusive of the total fixed price. Questions Submission: Questions must be submitted electronically via email to marita.roth@bia.gov. Offerors shall also reference the Solicitation number in the subject line of their questions. Proposal Submission: Proposals must be submitted in two hard copies to BIA, Albuquerque Acquisition Office, Attn: Marita Roth, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104. Offeror shall reference the Solicitation number in the subject line of their proposal. The Proposal response date is August 19, 2011. Basis of Award: Award will be made the Offeror whose proposal contains the combination of evaluated factors offering the best overall value to the Government. This will be determined by comparing differences in technical merit with differences in price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full texts. 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; www.orca.gov, or contact the CO to receive a copy. FAR 52.252-02 Solicitation Provisions Incorporated by reference; Clauses Incorporated by Reference, 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12); 1452.204-70 Release of Claims - Department of the Interior, 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 52.212-01 Instructions to Offerors - Commercial Items; 52.212-02 Evaluation - Commercial Items; 52.212-03 Offeror Representations and Certifications - Commercial Items; 52.213-02 Invoices; 52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-08 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33 FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.23 2-36 Payment by Third Party; 52.239-01 Privacy or Security Safeguards. Provisions in full text: 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; and 52.217-08 Option to extend Services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01205/listing.html)
- Place of Performance
- Address: DOI / BIE / Nenahnezad Community School, Off CO Road 6675, Fruitland, NM.
- Zip Code: 87416
- Zip Code: 87416
- Record
- SN02532482-W 20110814/110812235705-596355264823f26ac49ff05f01e253e0 (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 |