Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

U -- U-Special Education Counseling Therapy Services

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS02164
 
Response Due
8/10/2012
 
Archive Date
8/9/2013
 
Point of Contact
Cedric A. Wood Contract Specialist 5058638266 ;
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A12PS02164 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. Total Small Business $7.0 Set Aside NAICS Code: 621340. COUNSELING SERVICES Provide all travel, supplies, materials and personnel to provide Counseling Evaluation 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, Navajo Nation, 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 Hopi 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 Crystal Boarding School, Navajo, NM. POSITION: Special Education Licenses Counselor, Licensed in the State of New Mexico. SPECIAL EDUCATION COUNSELOR SERVICES I. STATEMENT OF WORK The contract will provide all necessary certified and/or professionally licensed counselor therapy personnel services, necessary supplies, materials, equipment and testing materials to perform the work as described below. These services shall be delivered to Crystal Boarding School as requested in the requisition. The contractor will be required to perform counseling therapy for all students who have been evaluated and are recommended or through a staff referral during the course of the contract period. The contractor will be expected to be present during initial placement or multidisciplinary team committee meeting for students evaluated to be held within the time frames monitored by law. The contractor will meet with and advise the special education and classroom teacher in matters regarding the continuous assessment, evaluation and implementation of motor therapy programs for individual students and will meet individual students on a regular basis to provide suggestions for carry over of therapy strategies into the home when necessary. II. WORK REQUIREMENTS After being provided a copy of the parental permission form for counseling services by the school, the contractor shall: A.Complete a comprehensive review and summarize the following records provided by the local education agency for each child referred for counseling services, (there will be times when the information is not available) pertinent to the processing of counseling therapy. 1. All data (contained within the students, confidential file) collected up to the time of the receipt, by the contractor, of the referral, including: a.Psycho-educational evaluations/development assessment b. Available education history. attendance (ratio to days in and out) and achievement records c. Available regular class teacher comments (or interview include) 1. A description of the child's physical limitations that seem to inhibit learning 2. A general rationale for referral for special education 3. Copies of any pertinent medical information d. Conduct related service evaluations to identify needs for special education counseling as related service e. Develop, implement. and evaluate and annual counseling and guidance plan In accordance with standards set forth by the student IEP's f. Provide individual and/or group counseling and guidance including guiding and counseling students through the development of personal, social, educational, and career plans g. Consults and collaborates with parents/guardians, teachers, and staff about understanding and meeting the needs of special education students and makes appropriate referrals h. Provide appropriate appraisal services to assist teachers, parents/guardians, and students i. Develop counseling goals and objectives as part of the IEP j. Assists with placement and follow-up services for students k. Provides information and resource services for students, parents/guardians, and faculty I. Assists students in building self-esteem and developing decision-making, problem-solving, and positive human relations skills m. Plans with teachers, principal, parents/guardians, and students steps for modifying student behavior n. Utilizes community resources in addressing the needs of students o. Demonstrates working knowledge of current psychiatric medications and understanding of their uses and side effects p. Maintains comprehensive records and reports q. Evaluate goals and objectives each reporting period r. Exhibits positive human relations skills s. Knowledge/Experience in problem-solving techniques and peer mediation t. Knowledge/Experience in special education policy and procedures u. Knowledge/Experience in child study team meetings and progress monitoring B. Complete evaluation and assessment according to laws regarding minority non-discriminatory practices 1. IDEA requires that procedures developed for the purpose of evaluation and placement of children with disabilities will not be racially or culturally discriminatory. Such materials or procedures shall be provided and administered in the child's language or mode of communication unless it is clearly not feasible to do so and no single instrument of test shall be the sole criteria for determining the appropriate education program for a child. New Mexico state testing criteria shall be followed and all nationally mandated counseling therapy testing practices shall be followed. 2. The examiner under contract shall consider the following adaptations: a. Interpreter in the native language should be sough when necessary, b. The contractor (professional examiner) will provide reports within two weeks of examination date. c. The contractor (professional examiner) will provide reports within the two weeks of examination date. The reports are to be hand delivered or mailed to each school including the protocols, if used. No requests shall be made for typing said reports to the agency or school. All such reports should clearly be labeled or marked, "Confidentlal." d. Crystal Boarding School staff will be expected to comply with requests for completion of the necessary referral data, in the interest of providing that information necessary for the completion of the most appropriate evaluation of terms of the laws regarding handicapped students. The contractor will be paid for therapy services on the basis of monthly invoices submitted by the contractor to BIE/Navajo South Region; Division of Accounting Operations, Suite 352; 1001 Indian School Rd. NW; Albuquerque, NM 87104. e. In regard to regular weekly therapy sessions, the contractor will be expected to meet with all students qualifying for therapy services according to IDEA and each student's IEP as needed. Students may receive speech therapy services individually or in-group sessions according to the least restrictive environment and as specified in the IEP. f. The duration of individual and/or group therapy sessions will be determined by the IEP/placement committee, which will determine the time per week each student will participate in either individual or group therapy sessions. The contractor will be expected to keep a log regarding the actual duration of therapy sessions were of an individual or group nature as well as maintaining a mileage log for each trip. The contractor is also required to log in and out of each school site and to schedule herself/himself for each individual child's IEP committee meeting at the school's request. Weekly schedules shall be approved by the agency's special education coordinator. g. The contractor will be expected to submit a brief progress report each nine weeks grading period for each student being seen for therapy purposes, outlining any progress that has been made regarding goals that have been established relative to motor therapy in the classroom or within the school environment, following consultation with the special education classroom teacher and/or regular program classroom teacher. h. The contractor will be expected to meet with the parents of students and/or guardian of students placed for therapy purposes, to provide for consultation during which time the contractor will be available to meet with close family members to discuss those issues, problems or concerns which are pertinent to or impact on the progress of the student within the school environment. Such sessions will occur as time scheduling allows so that such sessions do not reduce the therapy time of students placed to receive therapy. These meetings will be scheduled based on the willingness of family members to participate voluntarily and with consultation with the contractor. III. EVALUATION REPORT OF PROGRAM EVALUATION All reports contain all necessary information required to remain in compliance with any and all pertinent regulations mandated by Federal or State Laws including IDEA and the Indian School Equalization Program's guidelines and criteria. In addition the completion of motor evaluation, the contractor shall: A. The contractor shall be present at IEP/multidisciplinary placement team meeting to develop individual goals and objectives for each student to whom therapy is provided. The goals and objectives must be part of each student IEP. B. Meet the students on an individual basis for the purpose of providing therapy, and to determine the effectiveness of individual program goals and objectives and/or student progress in regard to his/her adaptation to the education environment, potential for integration into the regular program, and ability to cope outside a structured environment. C. Meet with the special education classroom teacher on a regular basis to be determined jointly by the teacher, the contractor, and school administration, to discuss the contract period, following the placement of the child into a special education program, or placement of the child for therapy purposes only. IV. CONFIDENTIALITY All materials furnished or produced by the contractor under this agreement, including, but not limited, to documents, reports, and correspondence will remain CONFIDENTIAL. The contractor shall not release information to any persons, group of persons, firm or organization other than the Bureau of Indian Education. Crystal Boarding School with information related to work performed, research or information derived from work performed under this agreement. Breach of confidentiality shall be denied substantial breach of this agreement and may be grounds for rescission. Period of Performance: From Date of Award to July 30, 2013 SECTION D Performance evaluation will be performed at the end of each school year. The evaluation will be completed at the school by the government representative. This form is the only performance evaluation that will be accepted by the Contracting Officer. The evaluator's signature shall be legible and printed on the form. If the government representative will complete a performance evaluation prior to last day of work, for work the performed under this contract. The government representative will review the performance evaluation with the Contractor, record Contractor comments, and obtain Contractor signature acknowledge in completion of the evaluation. The government evaluator will then give a copy of the evaluation form(s) to the Contractor at the school and submit a copy to the Contracting Officer. SECTION M FAR 52.212-02: Evaluation -Commercial Items: (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: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) 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. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance Factor I - Technical Capability quote for a Counselor, will work with student, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW. b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW. d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for a Counselor, will work with student, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project. b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. c) Submit a resume along with a letter of commitment for all key personnel. Factor III - Past Performance for a Counselort, will work with student, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". QUOTE LINE ITEMS: (Please provide a breakdown of total price) 1. A. $_______ Per Hour x 10 Hours Per week x 38 weeks = $______ Extended School Year $________ Per Hour x 2 hrs per week x 4 weeks = $_________ B. Travel: (Please provide a breakdown of your total price) = $ ___________ FEDERAL TRAVEL REGULATIONS: Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; 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: 52.233-03; 52.233-4; 52.222-3; 52.222-19; 52.222-21;52.222-26; 52.232-30; 52.232-33; 52.232-36; 52.222-36; 52.232-18; 52.211-16; 52.217-06; 52.216-01; 52.203-15, DOI Acquisition Reg (DIAR) 1452.226-70, 1452.226-7, 1450-0016-001, 1452-204-70. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Cedric Wood, by close of business, 4:30 P.M., Local Time, Augus 10, 2012. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: cedric.wood@bia.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02164/listing.html)
 
Place of Performance
Address: Crystal Boarding School, Navajo, NM.
Zip Code: 87328
 
Record
SN02832334-W 20120811/120810000007-1e21d7ede18d6179c4ade287611e1335 (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.