Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOLICITATION NOTICE

R -- Speech and Language Therapy Services

Notice Date
6/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - SPRO P.O. Box 368100 North Riverside Drive Anadarko OK 73005
 
ZIP Code
73005
 
Solicitation Number
A12PS01597
 
Response Due
7/16/2012
 
Archive Date
6/27/2013
 
Point of Contact
Sara F. Watkins Purchasing Agent 4052471591 sara.watkins@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 based on the attached Statement of Work. 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 three 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 17, 2012 to 5/17/2013 Per Hour $_______________ CLIN 2: Option Period One, August /2013 to 5/2014 Per Hour $_______________ CLIN 3: Option Period Two, August /2014 to May/2015 Per Hour $_______________ CLIN 4: Option Period Three, August /2015 to May/ 2016 Per Hour $_______________ INSTRUCTION TO OFFERORS Instruction, Conditions, and Notice to Offerors or Respondents. This solicitation incorporates one or more solicitation clauses/provisions by reference; with the same force and effect as if they were given in full text. You may view clauses/provisions at following website, https://www.acquisition.gov/far (Federal Acquisition Regulation (FAR) Home Page. PROPOSAL PREPARATION INSTRUCTIONS 1. Proposals: Proposals shall include company TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number. 2. Questions: Interested offerors shall submit questions electronically via email to sara.watkins@bia.gov no later than 2:00 PM Central Standard Time, on July16, 2012. Offerors shall reference the Solicitation number in the subject line of their email. 3. Submission/receipt of Proposal: The proposal package can be sent by regular mail, express mail or via email. Regular Mailing address: BIA - Southern Plains Regional Office, Attn: Sara Watkins, Contract Specialist, P.O. Box 368, Anadarko, Ok 73005 or by express mail BIA Southern Plains Regional Office - 1 mile North on HWY 281, Anadarko, Ok 73005. You may submit your proposal via email at: sara.watkins@bia.gov. Proposals submitted by 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. 4. 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. 5. Contents of Proposals. The contractor shall submit a written proposal to include the following: a. Past Performance - three references from accredited school - The offeror's past performance references - shall be associated speech and language therapy and performed in the last five (5) years. The references shall include the company name, point of contract, mailing/physical address, phone number, and email address. The offeror must describe how its past performance is related to this requirement. An evaluation criteria will be sent to the references evaluating Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. b. technical capability- KNOWLEDGE/Experience: The offeror shall demonstrate to 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 SOW. The technical proposal shall contain resumes of the proposed key personnel and copies of valid State issued licenses for each key personnel who will be performing speech and language therapy services. c. price factor:The Government will evaluate each offeror's price for fairness and reasonableness. 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. Price proposals shall include Price Per Hour - Price per hour shall factor cost of labor, materials, travel, general and administrative expense, etc). Based on past history - the estimate amount of hours needed were 15 hours per week. Hours will be based on the number of students that required speech and language therapy. Basis of Award EVALUATION-COMMERCIAL ITEMS (JANUARY 1999) (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: Technical capability, past performance, and price. (b) Technical and past performance, when combined, are equal compared to price. (c) 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. Before an award can be issued the prospective contractor shall undergo background/screening the determination clearance will be 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. You may view solicitation clauses/provisions at https://www.acquisition.gov/far (Federal Acquisition Regulation (FAR) Home Page. FAR 52.212-1 Instructions to Offerors - Commercial Items, 52.212-02 Evaluation - Commercial Items, 52.212-03-Offeror Representative and Certification-Commercial - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-04 Contract Terms and Conditions-Commercial Items - 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items--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; Encouraging Contractor Policies to Ban Text Messaging While Driving; 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; 52.217-08 Option to extend Services; FAR 52.217-09 Option to Extend the Term of the Contract., 52.249-01 termination for convenience for the Government, 52.219-08 Default, (fixed-price supply and services).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01597/listing.html)
 
Place of Performance
Address: Riverside Indian School101 Riverside DriveAnadarko, Ok 73005
Zip Code: 730050205
 
Record
SN02788002-W 20120629/120627235741-9c0a0eb8e9626ea42270afbdc6c2baad (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.