MODIFICATION
U -- U - VISION AND HEARING IMPAIRMENT SERIVCES FOR MANY FARMS HIGH SCHOOL
- Notice Date
- 9/10/2012
- Notice Type
- Modification/Amendment
- 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
- A12PS01712
- Response Due
- 9/12/2012
- Archive Date
- 9/10/2013
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- 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
- N/A
- Description
- AMENDMENT NO.: 0002 IS FOR SOLICITATION NO.: A12PS01712 IS FOR THE FOLLOWING: 1. TO EXTEND THE RESPONSE DATE TO SEPTEMBER 12, 2012 AT 4:30 MST. 2. TO CHANGE THE BUSINESS SIZE FROM SMALL TO ANY SIZE ACCEPTABLE FOR THIS ANNOUNCEMENT. 3. TO CHANGE THE FOLLOWS: 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. A12PS01712 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. VISUAL IMPAIRMENT SERVICES Provide all travel, supplies, materials and personnel to provide Visual Impairment Services for Bureau of Indian Education Schools located on the Navajo Nation Indian Reservation in Arizona in accordance with the Scope 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 scope of work calls for professional related services to assist the targeted Navajo 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: Many Farms High School, Many Farms, Arizona. POSITION: Visually Impaired, Certificate in the State of Arizona. IDENTIFIED STUDENTS: Based upon the need over the last five years at Many Farms High School, we anticipate 3 students per year requiring services. The total hours estimated (based upon the students IEP) is 8 hours per month. We believe that the needs of the students can be met with a contract of 8 hours per month that would include time for the assessment and reassessment process (maximum of 72 hours per school year). The number of days for visual impaired 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 Visually Impaired assessment to students referred for possible special services in accordance with P.L. 108-446, the Individuals with Disabilities Education Act of 2004. 1. Individual Vision Screenings to determine the need for a full evaluation; 2. Evaluation/assessment, including review of medical and educational records; 3. Completion of report with recommendations; 4. Attendance at IEP/MDT meetings to discuss the results of the evaluation and recommendations with the family and school staff. 5. Training of family and/or staff in the implementation of IEP recommendations; 6. In-Service training for staff, parents, and school board members; 7. Braille instruction (as indicated by student's IEP); 8. Orientation and Mobility instruction (as indicated by student's IEP); and 9. Referral to other agencies (IHS Eye Clinic, ASDB, etc.) as needed. RESPONSIBILITIES OF ALL 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). VISION/HEARING IMPAIRMENT SERVICES: ITINERATNT LEVEL 1: UP TO ONE AND ONE-HALF (1 1/2) HOURS OF SERVCIES PER WEEK FOR ENROLLED HEARING IMPAIRED AND/OR VISUALLY IMPAIRED STUDENT(S) BY COOPERATIVE STAFF; EQUIPMENT PROVIDED. SERVICES MAY INCLUDE TEH FOLLOWING AS INDICATED BY EACH STUDENT'S IEP. 1) SPECIALIZED INSTRUCTION IN VISUALLY IMPAIRED OR HEARING IMPAIRED STUDENT'S IDENTIFIED ARES OF NEED. 2) PROVISION OF APPROPRIATE EQUIPMENT AND MATERIALS, SPECIALIZED ADAPTATIONS, MONITORING AND REPAIR. 3)TEACHER OF THE VISUALLY IMPAIRED OR HEARING IMPAIRED IS A MEMBER OF THE STUDENT'S IEP TEAM. 4) TEACHER OF TEH VISUALLY IMPAIRED OR HEARING IMPAIRED PROVIDES CONSULTATION TO CLASSROOM TEACHER ON VISION OR HEARING IMPAIRMENT, SPECIALIZED EQUIPMENT CURRICULAR MODIFICATIONS AND STRATEGIES. 5) INSERVICE/CONSULTATION TO REGULAR STUDENTS ON VISION IMPAIRMENT OR HEARING IMPAIREMENT. 6) PARENT CONSULTATION/EDUCATION 7)ASSISTANCE WITH APPROPRIATE CLASS PLACEMENT AND PROGRAMS FOR IDENTIFIED STUDENTS 8) CONSULTATION TO STAFF ON SLASSROOM/SCHOOL PHYSICAL ADAPTATIONS 9) OPHAMOLOGICAL/OPTOMETRIS CONSULTATION, AUDIOLOGICAL CONSULTATION. 10) VOCATIONAL COUNSELING FOR VISUALLY IMPAIRED AND EHARING IMPAIRED STUDENTS. 11) SUPERVISION/RESOURCE ASSISTANCE TO INTINERANT TEACHER. 12) DOCUMENTATION OF SERVICES PROVIDED (BIE SERVICE LOG) AND DOCUMENTATION OF PROGRESS TOWARD GOAL(S) FOR EACH IDENTIFEID VISION IMPAIRED/HEARING IMPAIRED STUDENT. Period of Performance: Fom DATE OF AWRD to July 31, 2013 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 Vision/Hearing Impairment Specialist, 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 Vision/Hearing Impairment Specialist, 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 Vision/Hearing Impairment Specialist, 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". LINE ITEMS: (Please provide a breakdown of total cost) A. Indirect Visual Impairment Services 59 Days @ $_______ per day = $_______ B. Indirect Orientation & Mobility Services 11 Days @ $_______ per day = $_______ C. Annual Non-Eligible School Membership Fee for School Year 2012-2013 1 YR @ $_________ D. Travel $ ________________ 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; 52.217-02; 52.204-06; 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: Mary J. Jim, by close of business, 4:30 P.M., Local Time, September 12, 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: mary.jim2@bia.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01712/listing.html)
- Place of Performance
- Address: MANY FARMS, AZ
- Zip Code: 86538
- Zip Code: 86538
- Record
- SN02875757-W 20120912/120911000915-e61a63ca8b5460201f99f2fedf442a12 (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 |