SOLICITATION NOTICE
Q -- Speech and Language Therapy Service
- Notice Date
- 6/18/2012
- 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
- A12PS01457
- Response Due
- 7/11/2012
- Archive Date
- 6/18/2013
- Point of Contact
- Yvette Washington Contract Specialist 5055633663 yvette.washington@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
- Speech and Language Therapy Service. 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 and language therapy services is issued as a Request for Proposal (RFP). The North American Industry classification (NAICS) code is 621340 and the business size maximum is $7 million. This acquisition is being solicited under a total small business set-aside in accordance with FAR 52.219-06. All responsible small business sources may submit a proposal, which will be considered by the Government. The resultant contract shall be awarded as a firm fixed price contract. The Base Period of Performance (POP) shall be from August 1, 2012 to September 30, 2013 with four option periods. The Government plans to make a single contract award. Proposals shall include the following anticipated periods of performance and shall be priced according to the following CLINS: CLIN 1: Base Period, August 1, 2012 to July 31, 2013 $_______________ CLIN 2: Option Period One, August 1, 2013 to July 31, 2014 $_______________ CLIN 3: Option Period Two, August 1, 2014 to July 31, 2015 $_______________ CLIN 4: Option Period Three, August 1, 2015 to July 31, 2016 $_______________ CLIN 5: Option Period Four, August 1, 2016 to July 31, 2017 $_______________ Total Price: $___________________ This office is requesting proposals on the following: STATEMENT OF WORK STATEMENT OF WORK SPEECH/LANGUAGE THERAPY SERVICE Provide necessary travel, supplies, materials, and personnel to provide professional Speech and Language Therapy Service in accordance with the Statement of Work (SOW) for the Bureau of Indian Education School located in Red Valley, Arizona. Background: The Bureau of Indian Education (BIE) serves as a branch to the State Education Agency (SEA) for several elementary and secondary schools and dormitories serving students located in the states of Arizona, New Mexico, and Utah. The scope of work requires professional services to assist Cove Day School in implementing special education services as authorized under P.L. 108-446 Individuals with Disabilities Education Improvement Act of 2004 (IDEIA). The purpose of the IDEIA requirements is to improve academic achievement for students with disabilities, and to introduce strict accountability measures holding schools, districts, and states responsible for the academic results of student with disabilities. POSITION: Speech and Language Pathologist, licensed in the State of Arizona BIE SCHOOL: Cove Day School LOCATION: PO Box 2000, Red Valley, AZ 86544 PHYSICAL LOCATION: Navajo Route 13, Red Valley, AZ 86544 IDENTIFIED STUDENTS: The school serves grades K through 6th. Based upon the need for previous years, the total hours anticipated, based upon the school/students IEP needs can be accomplished onsite at 8 hours per day, one day per week for 35 weeks, plus preparation time. OBJECTIVES: Provide Speech and Language Therapy Service to identified or referred Special Education students attending Cove Day School. Services shall be provided in accordance with P.L. 108-446, Individuals with Disabilities Education Act of 2004 as specified in each student's Individual Educational Plan (IEP). 1.The Contractor shall provide speech and language screening for all kindergarten students. 2.The Contractor shall observe, screen, and evaluate all students referred by the SAT TEAM or by another method. 3.The Contractor shall provide speech and language therapy services for all students referred by the SAT Team. 4.The Contractor shall provide speech and language therapy services for the students on an individual basis and in group settings as appropriate and in accordance with each student's IEP. 5.The Contractor shall assess and provide treatment plans for qualifying students, which are goal oriented with clearly identified milestones to measure progress. 6.The Contractor shall attend and participate in multi-disciplinary team meetings to assist in the proper development of Individual Educational Plans (IEP) and shall make appropriate recommendations in the best interest of speech and language therapy service for each student. 7.The Contractor shall assist the classroom teacher by modifying classroom activities to promote development, pro-active speech and language activities, strategies, and techniques, and promote positive behavior. 8.The Contractor shall interpret the speech and language therapy evaluations, conditions, plans and goals, projects, objectives, and provide instruction and direction regarding appropriate activities at home. 9.The Contractor shall make recommendations to the school, classroom, and department(s) on equipment or material necessary to meet the student's needs. 10.The Contractor shall appropriately document evaluations, objectives, sessions, and progress for each student. Accurate and organized data and records shall be maintained and made available to the appropriate officials upon request. This shall include therapy/medical/clinical notes and the working student file. All files shall be in accordance with the school district and state/BIE policies. 11.The Contractor shall coordinate speech and language therapy service with other disciplines as requested or necessary for the benefit of the student(s). 12.The Contractor shall communicate with the primary medical care provider or specialist provider when necessary or in the best interest of the student(s). 13.The Contractor shall reinforce appropriate behavior and encourage a positive lifestyle for each student. 14.The Contractor shall develop and maintain open communication with the parents and guardians using various methods of communication. For example; letters, notes, announcements, telephone calls, and visitations. 15.The Contractor shall comply with all federal mandate requirements, State Board of Education regulations, and BIE policies as applicable to providing speech and language services to students with special needs. RESPONSIBILITIES OF SPEECH/LANGUAGE THERAPY SERVICE PROVIDERS The service provider shall: 1. Attend an orientation at Cove Day School prior to providing service. A designated date and time will be provided after contract award. Procedures specific to the school will be provided. 2. Upon request, the therapist shall provide additional reports and or provide data to the BIE relating to speech and language services. 3. Travel arrangements directly associated to providing speech and language service to students at Cove Day School, are the responsibility of the Contractor and the costs shall be invoiced and paid in accordance with the Federal Travel Regulations and are incorporated into the firm fixed price. 4. Provide documents associated to the services provided at Cove Day School. i.e. evaluation forms, clinical notes, attendance sheets, etc. LICENSURE REQUIREMENT: Speech and Language Therapist: The therapist is required to be licensed in the State of Arizona, and shall have an active valid license throughout the duration of the contract. CONFIDENTIALITY: All materials furnished or produced as a result of the contract, including but not limited to; documents, research, data, reports, and correspondence are the property of the Bureau of Indian Education and shall remain confidential. The Contractor and employees shall not release information to any person, group, business, or organization other than the Bureau of Indian Education, the school listed in the statement of work, and individuals directly related to the performance of services provided to the students. A breach of confidentiality will be deemed a substantial breach of the contract. INSTRUCTION TO OFFERORS 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 in full text. If the offeror does not have a copy of this provision, a copy may be obtained at the following website, http://www.acqnet.gov/far. PROPOSAL PREPARATION INSTRUCTIONS 1. Proposals: Proposals shall include company TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number. Proposals shall be submitted in accordance with the proposal preparation instructions and the SOW. 2. Questions: Interested offerors shall submit questions electronically via email to Yvette.Washington@bia.gov no later than 2:00 PM Mountain Daylight Savings Time, on July 6, 2012. Offerors shall reference the Solicitation number in the subject line of their email. 3. Submission/receipt of Proposal: The proposal due date is July 11, 2012 at 2:00 PM Mountain Daylight Savings Time. The proposal shall be packaged for delivery to permit safe and timely arrival at the destination. The proposal package shall be sent or hand delivered to the following address: BIA - Albuquerque Acquisition Office, Attn: Yvette Washington, Contracting Officer, 1001 Indian School Road NW, Ste 347, Albuquerque, NM 87104-2303. 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 for the preparation and submission of a proposal in response to this RFP. 6. Faxed proposals will NOT be accepted. Electronic proposals will be accepted via email. Submissions shall be sent to: Yvette.Washington@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 other express mail service shall be sent in a timely manner prior to the closing date to allow for timely delivery. The Offeror is solely responsible for ensuring its proposal arrives in a timely manner. An offeror who fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f) and may not be evaluated. 7. Contents of Proposals. The contractor shall submit a written proposal to include the following: The Proposal Cover Letter is limited to 1 page. Factor 1: Past Performance - Past Performance is limited to 5 pages. A list of references is limited to 3 pages. Factor 2: Knowledge and Experience - Knowledge and Experience narrative is limited to 3 pages. The following required documents will not be counted in the Knowledge and Experience page limitation: (a) Key Personnel Resume(s) are limited to 3 pages for each person; (b) Proposals are required to include a valid copy of the respective State issued License for each therapist who will perform service in accordance with the contract. Factor 3: Technical Capability - Technical Approach is limited to 5 pages. Price: Complete CLIN structure on the Standard Form 1449. 8. The proposal shall include a completed copy of the provision; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. EVALUATION OF PROPOSALS PART A. Evaluation of Proposals 1.The source selection will be conducted in accordance with FAR Sub-Part 15.3 with the intention to award a single fixed-price contract with option periods. 2.Evaluation Scoring: The Government will evaluate all offerors according to the following point system. 70 Points - Outstanding: The response is very comprehensive, in-depth, and clear. The Proposal consistently meets the solicitation requirements with no 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. PART B. Evaluation Criteria FACTOR 1: 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 speech and language therapy services and benefits/achievement(s) of students who have received speech and language therapy services. Specifically, the offeror shall demonstrate their ability to positively improvement and/or achieve successful results with students who have received speech and language therapy services, without revealing the personal identity of students. Provide the following reference information: Contract number, duration of contract, award amount, phone number for Contracting Officer's Representative/points-of-contact. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. FACTOR 2: KNOWLEDGE AND EXPERIENCE The offeror shall demonstrate that current and proposed staff have the appropriate range of relevant academic achievements and applied experience. The offeror shall also 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 technical proposal shall contain resumes of the proposed personnel and copies of valid State issued licenses for each key personnel who will be performing speech and language therapy services. FACTOR 3: 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 shall clear and concisely demonstrate the offeror has an understanding of the nature of 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. The technical approach shall include, but is not be limited to the following: (a) Description of the processes the offeror routinely uses to provide speech and language therapy services, and (b) Description of the conditions and challenges which can affect achieving the Bureau of Indian Affair's goals and objectives. PRICE FACTOR: 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 price detail shall 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 (3) whether an 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; as priced according to the following CLIN's (form 1449): CLIN 1: Base Period, Contract Award to August 1, 2013 $_______________ CLIN 2: Option Period One, July 31, 2013 to August 1, 2014 $_______________ CLIN 3: Option Period Two, July 31, 2014 to August 1, 2015 $_______________ CLIN 4: Option Period Three, July 31, 2015 to August 1, 2016 $_______________ CLIN 5: Option Period Four, July 31, 2016 to August 1, 2017 $_______________ Total Price: $___________________ Price proposals shall include cost buildup details to identify: 1.The price per hour; or price per day; or price per service unit/student. 2.Direct cost elements, (e.g. labor, materials, travel, etc); 3.Indirect cost elements, (e.g. labor overhead, general and administrative expense, etc), and profit. 4.Inclusive of any Federal, State, and Local taxes, in accordance with FAR 52.212-4, and FAR 52.229-04. If applicable, 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. The offeror has public access to locate the prevailing wage rates for all areas at the following website: http://www.dol.gov/. BASIS OF AWARD: The Government will make an award based upon best value. Evaluation factors other than cost or price, when combined are significantly more important than cost or price. The evaluation factors other than price are as follows in ascending order of importance: (a) Past Performance; (b) Knowledge and Experience; and (c) Technical Capability. Best overall value to the Government will be determined by comparing differences in technical merit with differences in price. In making this comparison, the Government is more concerned with obtaining superior quality. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. The Government reserves the right to make an 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. The Contractor shall have a favorable background/screening determination issued by the Bureau of Indian Education Security Office. 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). 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. 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; 52.219-06 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 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.223-15 Energy Efficiency in Energy Consuming Products; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1 Buy American Supplies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.232-18 Availability of Funds; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; 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. FAR 52.242-13 Bankruptcy; 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; 52.217-08 Option to extend Services; FAR 52.217-09 Option to Extend the Term of the Contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01457/listing.html)
- Place of Performance
- Address: Cove Day School, Navajo Route 13, Red Valley, Arizona 86544
- Zip Code: 86544
- Zip Code: 86544
- Record
- SN02778099-W 20120620/120618234311-2a9f9b48974ad04b609de47460821c5b (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 |