SOLICITATION NOTICE
Q -- Audiology Services for Students at the T'iis Nazbas Community School.
- Notice Date
- 10/11/2011
- Notice Type
- Presolicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- A12PS00024
- Response Due
- 10/17/2011
- Archive Date
- 10/10/2012
- 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
- 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 Audiology 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 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 Period of Performance (POP) shall be from October 18, 2011 to July 31, 2012 with two option year periods. 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 audiology services for the students at the Bureau of Indian Education Tiis Nazbas Community School. The school is located in Teec Nos Pos, AZ. Please provide a breakdown of your costs. The breakdown shall include an hourly and daily rate and an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. The contractor shall be paid the full daily rate for direct services provided to the students at the school location. If the contractor provides services off-site (i.e. not at the school location) to perform activities such as report writing etc? they shall be paid the hourly rate, which shall be determined by taking the daily rate and dividing by 8 hours, unless otherwise specified. The SOW is as follows: Background: The Bureau of Indian Education, Navajo, serves as a branch of the state education agency (SEA) for 66 elementary and secondary schools and dormitories serving 17,000 Navajo Nation 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. POSITION: School Audiologist Licensed in the State of Arizona. The school is T'iis Nazbas Community School, Teec Nos Pos, Arizona. IDENTIFIED STUDENTS: Based upon the need over the last five years at T'iis Nazbas Community School, we anticipate 2-4 students per year requiring services. The total hours are required (based upon the students IEP is 4-8 hours per month. We believe that the needs of the students can be met with a contract of 1 day per month that would include time for the assessment and reassessment process (maximum of 5 days per school year). The number of days for Audiology Evaluation Assessment 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 Audiology Evaluation Assessment to students referred for possible special education services in accordance with P.L. 108-446, the Individuals with Disabilities Education Act of 2004. 1. Conducts Audiology Evaluation assessment in specified timelines, determining if student meets State Department of Education criteria and generates written reports according to state guidelines; 2. Provides technical assistance to teachers and serves on multi-disciplinary committees regarding evaluation results, development of goals and objectives, provision of services; 3. Participates in the CORE team regarding instructional accommodations, special services, and behavior management strategies to ensure appropriate educational opportunities are provided to all students; 4. Participates in planning conferences for initial and re-evaluations; 5. Attends placement meetings, manifestation determinations, and transfers meetings; 6. Provides technical assistance to teachers, parents, and administrators on test interpretations, curriculum-based assessments, instructional and behavior strategies; 7. Interacts with teachers, parents, and students when conducting assessments, making observations, and reviewing evaluation data to facilitate identification, evaluation, eligibility, and placement into and out of special education programs; 8. Maintains administrative records and files in compliance with policies, regulations, and good administrative practices; 9. Works cooperatively with agencies, organizations, individuals, and groups within the community state, and/or nation; and 10. Collects data and analyzes information for report generation, analyzes impact of multiple and extensive programs and makes recommendations for revisions and/or modifications and formulates programmatic procedures and interacts with administrators, teachers, and parents to facilitate identification, evaluations, eligibility and placement into and out of special education programs; RESPONSIBILITIES OF ALL RELATED SERVICE PROVIDERS: The service provider is to: 1. Report to a designated time and place for orientation to the organizational structure for service provision and the procedures delineated for providing the above specified services 2. The provider is to make any additional reports or supply data to the LEA or BIE which may be required to evaluate and report on the provision of related services. 3. Make appropriate travel arrangements including payment of costs to be paid upon completion of work assignment for scheduled works with the Navajo Nation bureau operated schools. Travel costs shall be reimbursed at the actual costs and in accordance with the Federal Travel Regulations. 4. Provide written reports and other documentation of services i.e. evaluation forms, attendance sheets, etc. for specific services as requested by the BIE/ ADD (Navajo). 5. Develop and provide all materials for professional development and technical assistance provided to schools, leadership team, staff, and/or BIE/ADD (Navajo). QUALIFICATIONS OF EXPERT PROVIDERS: 1. Master's Degree plus 30 graduate hours; 2. New Mexico/Arizona State Certification as a School Audiologist and 3. Three years experience in a school or clinical setting. 4. Knowledge of Navajo language and culture preferred The contractor shall have a favorable background determination issued by the BIE, Security Office. 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 four-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) Personnel Security and Suitability Program in accordance with the Background Investigations Clause. 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 volume 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 may be 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, counting base and option periods 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 and time is 3:00 p.m. MST on October 17, 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/A12PS00024/listing.html)
- Place of Performance
- Address: Department of the Interior, Bureau of Indian Education, T'iis Nazbas Community School, Hwy 160, BIA Road N5114, Teec Nos Pos, AZ
- Zip Code: 865140102
- Zip Code: 865140102
- Record
- SN02605024-W 20111013/111011233856-eda609547772447c4bee8ad674c6a47d (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 |