SOLICITATION NOTICE
Q -- Counseling Services for Aneth Community School
- Notice Date
- 6/14/2012
- Notice Type
- Presolicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- A12PS01373
- Archive Date
- 6/14/2013
- Point of Contact
- Stella Bellanger Contracting Officer 5055633130 ;
- 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
- Counseling Therapy Services. 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; proposals are being requested and a written solicitation will not be issued. This solicitation, Counseling Therapy Services, is issued as a Request for Proposal (RFP). The set-aside is hereby amended to Total Small Business AND Local Area Set Aside. Local Area Set Aside applies to the states of New Mexico, Arizona, Colorado, Utah, and California. The North American Industry classification (NAICS) code is 621340. IMPORTANT NOTE: Interested offerors shall submit questions via email to Stella.Bellanger@BIA.gov no later than June 25, 2012. Proposals are required to include copies of all personnel who are licensed by the state in which performance of counceling therapy services will be performed. This acquisition is being solicited under small business set-aside. All responsible small business sources may submit a Proposal, which will be considered by the Government. Resultant contracts shall be awarded as a firm fixed price contract. Resultant contracts shall be awarded as a firm fixed price contract with a base and four one year option periods. Quote shall include the Base Period August 20, 2012 to August 19, 2013: $ _________; Option Year 1: August 20, 2013 to August 19, 2014: $__________; Option Year 2: August 20, 2014 to August 19, 2015: $__________; Option Year 3: August 20, 2015 to August 19, 2016: $__________ Option Year 4: August 20, 2016 to August 19, 2017: $__________ Total Quote with one base period and four option periods: $__________. Price quote should include cost buildup details that identify direct cost elements, (e.g. labor, materials, and travel, etc), indirect cost elements, (e.g. labor overhead, general and administrative expense, etc), and profit. The price should be inclusive of any Federal, State, and Local taxes. The detail should include sufficient descriptions to enable the Contracting Officer to evaluate the realism of the offeror's price and to determine the reasonableness of the price submitted. Offerors are responsible for complying with the FAR 52.222-41 Service Contract Act of 1965 and applying the appropriate Department of Labor prevailing wage rates for labor, if applicable. The offeror has public access to http://www.wdol.gov/ to locate the prevailing wage determination for their area of work. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. Section L. Instruction, Conditions, and Notice to Offerors or Respondents This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given if full text. If the offeror does not have a copy of this provision, you may obtain a copy at http://www.acqnet.gov/far. FAR 52.212-1 Instructions to Offers - Commercial Items (June 2008) FAR 52.233-2 Service of a Protest (Sep 2006) PROPOSAL PREPARATION INSTRUCTIONS 1.Include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide their quote in accordance with the SOW and respond to the Evaluation Factors delineated at the end of this synopsis. 2.Questions Offerors shall submit questions related to the RFP via email no later than 2:00 PM Mountain Daylight Savings Time June 25, 2012 Questions not received prior to the closing date may not be considered. 3.Submission of Proposal The quote due date is July2, 2012 at 2:00 PM Mountain Daylight Savings Time. The proposal should be packaged for delivery so as to permit safe and timely arrival at destination. The proposal package should be sent or hand delivered to the following address: BIA, Albuquerque Acquisition Office, Attn: Stella Bellanger, Contracting Officer 1001 Indian School Road NW, Ste 347, Albuquerque, NM 87104 Fax quotes will NOT be accepted. Email quotes will be accepted. Email: Stella Bellanger@BIA.gov Email submissions shall be limited to attachments compatible with Microsoft Office Word 2007 and/or files with a.pfd file extension. Email submissions shall not exceed 3MB total in size. Proposals submitted by Federal Express or Express Mail should be sent two or more days prior to the closing date. The proposal package should be sent to the address shown in the above paragraph. The Offeror is solely responsible for ensuring its proposal arrives in a timely manner. An offeror that fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f). a.Offer Submission Guidelines The offer shall be organized as described in section 14.5 Content of Proposal subject to the page limitations. Each volume shall be clearly marked as to the volume number, section number, subsection number (if applicable), solicitation number, and offeror's name. The Government will only evaluate what is submitted with offers. The offer shall be prepared on standard 8-1/2" by 11" page format, 1.5-spaced, single-sided, with 1" minimum margins. The type used shall be no smaller than 12-pitch. For glossaries, figures, graphs, and tables, there is no specific font requirement but all information must be legible. Resumes may be single spaced. Each volume shall contain a glossary of any abbreviations and acronyms used with an explanation of each. Glossaries, tables of contents, and cover pages do not count against page limitations for respective volumes. To the greatest extent possible, each volume shall be written on a stand-alone basis so that its contents may be evaluated with minimal cross-referencing to other volumes of the proposal. Information needed for proposal evaluation not found in its designated volume will be assumed to have been omitted from the proposal. Cross-referencing within a proposal volume is permitted where it would conserve space without impairing clarity. Failure to provide all requested information may render a proposal unacceptable. The government will not evaluate pages that exceed the stated page limit. If an offeror's proposal exceeds the page limits below, the government will not review or consider information contained in the excess pages. b.Contents of Proposals The contractor shall submit a written proposal in two Parts. Part I is the Technical Capability section and Part II is the Price section. SECTION L. PROPOSAL PREPARATION INSTRUCTIONS: 1. Proposals: shall include company TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number. Proposals shall be in accordance with the SOW located in Section C of the solicitation (SF-1449) and Evaluation Factors cited in Section M of this solicitation (SF-1449). 2. Questions: Offerors shall submit questions related to the RFP via email no later than 2:00 PM Mountain Daylight Savings Time, June 8, 2012. 3. Submission of Proposal: The proposal due date is June 18, 2012 at 2:00 PM Mountain Daylight Savings Time. The proposal should be packaged for delivery so as to permit safe and timely arrival at destination. The proposal package should be sent or hand delivered to the following address: BIA, Albuquerque Acquisition Office, Attn: Stella Bellanger, Contracting Officer, 1001 Indian School Road NW, Ste 347, Albuquerque, NM 87104. 4. Proposal Acceptance Period: Notwithstanding FAR clause 52.212-1, the proposal acceptance period is 90 days after the date set for receipt of proposals. The Offeror shall make a clear statement in the proposal cover page that the proposal is valid until this period has ended. 5. Proposal Preparation Costs: The Government is not obligated to pay any costs incurred by an offeror in the preparation and submission of a proposal in response to this RFP. 6. Fax proposal will NOT be accepted. Email proposals will be accepted. Email: stella.bellanger@bia.gov. Email submissions shall be limited to attachments compatible with Microsoft Office Word 2007 and/or files with a.pfd file extension. Email submissions shall not exceed 3MB total in size. Proposals submitted by Federal Express or Express Mail should be sent two or more days prior to the closing date. The proposal package should be sent to the address shown in the above paragraph. The Offeror is solely responsible for ensuring its proposal arrives in a timely manner. An offeror that fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f). 7. Contents of Proposals. The contractor shall submit a written proposal to include the following: Proposal Cover Letter is limited to 1 page. Factor 1: Technical Capability - Technical Approach is limited to 5 pages. Factor 2: Knowledge and Experience - Key Personnel Resume(s) are limited to 3 pages for each person. Knowledge and Experience is limited to 5 pages. State issued Licenses of therapists to perform services. Factor 3: Past Performance - Past Performance is limited to 5 pages. Listing of reference is limited to 3 pages. Price: Complete the Standard Form 1449. 8. Representation and Certifications 52.212-3 is required to be completed. SECTION M. PART A. EVALUATION OF PROPOSALS 1.The source selection will be conducted in accordance with the FAR Sub-Part 15.3 with the intention to award a single, fixed-price contract with option periods. 2.The evaluation of factors other than cost or price, when combined, is significantly more important than cost or price. 3.Evaluation Scoring: The Government will evaluate all offerors according to the following point system. 70 Points - Outstanding: The response is comprehensive, in-depth, and clear. Proposal consistently meets the solicitation requirements without omissions. Consistently high quality performance can be expected. 50 Points - Excellent: Extensive, detailed response to all requirements, similar to outstanding in quality but with minor areas of unevenness or spottiness. High quality performance is likely but not assured due to minor omissions or areas where less than excellent performance might be expected. 30 Points - Satisfactory: The response generally meets requirements, but there is no expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without minor revision to the proposal. 10 Points - Poor: The response fails to meet one or more requirements. Deficiencies exist in significant areas, but can be corrected during negotiations without major revision to the proposal, or serious deficiencies exist in areas with minor impact. 0 Points - Unsatisfactory: Serious deficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document without specifying how or demonstrating the capability to do so. Only vague indications of the required capability are present. SECTION M. PART B. EVALUATION CRITERIA FACTOR 1: TECHNICAL CAPABILITY. Technical Approach. (1) The Technical Approach shall be in as much detail as the offeror considers necessary, to fully explain the technical approach. (2) The technical approach should reflect a clear understanding of the nature of the work to be performed successfully as required by the Statement of Work (SOW), and an understanding of the Bureau of Indian Education's goals and objectives for the project. The technical approach should include, but is not be limited to the following: (a) Description of the processes the offeror routinely uses to provide physical therapy services, and (b) Description of conditions which can affect achieving the BIE goals and objectives. FACTOR 2: Knowledge and Experience The offeror shall demonstrate knowledge and experience by submitting resume(s) for key personnel. Key personnel are defined as those individuals the offeror views as essential to successfully performing its proposal technical approach and SOW. The offeror shall provide copies of an active State issued licenses of key personnel who will be performing physical therapy services. FACTOR 3: PAST PERFORMANCE. The Past Performance narrative shall be in as much detail as the offeror considers necessary to fully explain the offeror's past performance. The offeror's past performance must be recent, having been performed in the last five (5) years. The offeror must describe how its past performance is on a scale similar in size to this requirement. The strength of the offeror's response will be based on the implementation of physical therapy services and benefits/achievement(s) of students who have received physical therapy services. Provide reference and phone numbers of Contracting Officer's Representative/points-of-contact from past contracts. Specifically, the offeror shall demonstrate its knowledge of physical therapy services. The offeror must demonstrate their experience and knowledge to positive improvement and/or successful results of students who have received physical services, without revealing the personal identity of students. SECTION M. PART B. BASIS OF AWARD The Government will evaluate each offeror's price for fairness and reasonableness. The Government expects adequate price competition to establish fair and reasonable pricing. The detail should include sufficient descriptions to enable the Contracting Officer to determine the reasonableness of the price submitted. Unrealistically high (or low) pricing in the initial or revised proposal may be grounds for eliminating a proposal from competition - either on the basis that the offeror does not understand the requirement or has made an unrealistic proposal. The Government will review (1) proposed prices to determine whether they are materially balanced; and (2) any unbalanced offer to assess the associated risks to the Government in awarding to such an offeror, and whether award will result in unreasonably high or low price for contract performance. An offer may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the Government. The Government will determine each offer's total evaluated price by summing the base year and all option periods in accordance with FAR 52.212-2 Evaluation-Commercial Items. Price proposals shall include cost buildup details to identify: 1.Direct cost elements, (e.g. labor, materials, travel, subcontracts, etc); 2.Indirect cost elements, (e.g. labor overhead, general and administrative expense, etc), and profit. 3.Inclusive of any Federal, State, and Local taxes, in accordance with FAR 52.212-4 (k) Taxes, FAR 52.229-01, FAR 52.229-04 and FAR 52.229-10. Offerors are responsible for complying with the FAR 52.222-41, Service Contract Act of 1965, and applying the appropriate Department of Labor prevailing wage rates for labor, if applicable. The offeror has public access at http://www.dol.gov/ to locate the prevailing wage rates for their area. The Government reserves the right to make award based on initial offers and without discussions. All requirements must be addressed in the proposal. Omissions of response may be considered non-responsive and may not be evaluated. If exchanges are necessary, the Government will conduct exchanges consistent with FAR 15.306, Exchanges with offerors after receipt of proposals. An offeror must be registered in the Central Contractor Registration (CCR) in order to receive a contract or purchase order from the Federal Government pursuant to FAR 52.204-7, Central Contractor Registration (Apr 2008).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01373/listing.html)
- Place of Performance
- Address: Montezuma Creek, Utah
- Zip Code: 835340600
- Zip Code: 835340600
- Record
- SN02775378-W 20120616/120614234956-f7e75eb47ba3c3097c2a4ac8e94ec12e (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 |