Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

U -- To provide Speech and Language Services for the BIE-Ojo Encino Day School.

Notice Date
9/12/2012
 
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
A12PS02566
 
Response Due
9/19/2012
 
Archive Date
9/12/2013
 
Point of Contact
Charmaine Williams-James Contract Specialist 5058638227 charmaine.williams-j@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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FARSubpart 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. A12PS02566 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 2005-60. SPEECH AND LANGUAGE SERVICE Ojo Encino Day School is in need of a contractor to provide Speech and Language Services beginning date of award through May 24, 2013. 1. The role of a Speech and Language Pathologist (SLP) is to access and provide appropriate speech-language services in all grade levels with no school level underserved. The speech-language pathologist will treat speech language and communication problems in a school setting for all students who qualify to enable them to communication to the best of their ability. Using specialized skills you will work directly with the student and provide support to them and their academic growth. As a speech and language therapist you will also work closely with teachers and other health professionals. Must be certified and license in the State of New Mexico. Fingerprinted and background approved by the Bureau. Roles: The School considers the factors listed to be essential in implementing these roles and responsibilities. A. Serving a Range of Disorders - As delineated in federal regulations under IDEA. SLP's work with student exhibiting the full range of communication disorders, including those involving language, articulation (speech sound disorders), fluency, voice/resonance, and swallowing, and vocational needs that have an impact on attainment of educational goals. B.Ensuring Educational Relevance - The litmus test for role assumed by SLP's with students with disabilities is whether the disorder has an impact on the education of students. C.Provide Culturally Competent Services - SLP's will make important contributions to ensure that all students receive quality, culturally competent services, SLP's have expertise to distinguish a language disorder that might include cultural and linguistic differences, socioeconomic factors, lack of adequate prior instruction, and the process of acquiring the dialect of English used in the schools. This expertise lead to more accurate and appropriate identification of students needs. SLP's can also address the impact of language differences and second language acquisition on student learning and provide assistance to teacher in promoting education growth. 2. Range of Primary Responsibilities: SLP's help students meet the performance/common core standards or a particular school and state. A. Intervention - SLP's will provide intervention that is appropriate to the age and learning needs of each individual student and is selected through an evidence-based decision-making process. Although service delivery models are typically more diverse in the school setting than in other setting, the therapy techniques are clinical in nature when dealing with students with disabilities. B.Data Collection and Analysis - SLP's are accountable for student outcomes. Therefore, SLP's, data-based decision making, including gathering and interpreting data with individual students, as well as overall program evaluation are essential responsibilities. C.Compliance - SLP is responsible for meeting federal and state mandates as well as local policies in performance of their duties. Activities may include Individualized Education Plan (IEP) development, report writing and maintain consultation logs and therapy logs. Provide a monthly schedule of school visits and schedule according to the school calendar. D.Evaluations and Assessments - The SLP's will independently evaluate students referred to determine the nature and extent of speech or language impairment. They will select administer and interpret diagnostic tests to evaluate nonverbal abilities, speech levels, articulation errors, and language abilities. Complete initial evaluations and re-evaluation reports per school procedures. 3. Collaboration: SLP's will work in partnership and will work with others to meet students' need. A. SLP's will work closely with reading specialists, literacy coaches, special education teacher, teachers, occupational therapists, school psychologist, audiologist, guidance counselors, and social workers, in additional to others. B.With families - SLP's will work for students' of all ages is essential to engage families in planning, decision-making and program implementation. C.With Students - SLP's will actively engage students in goal planning, intervention, implementation, monitoring or progress and self-advocacy appropriate to age and ability level. 4. Leadership: SLP's will provide direction in defining their roles and responsibilities and ensuring delivery of appropriate services to student with disability. A. Advocacy - SLP's will/must advocate for appropriate programs and service for students, including reasonable workloads, and other program supports. They also must work to influence the development and interpretation of laws, regulations, and policies to promote best practice. B.Parent Training - SLP's will provide training to parents of students of all ages with regard to communication development and disorders. They may be especially helpful to families in creating a language literacy rich environment. 5. Other Factors: A. Reasonable Workloads - SLP's must be reasonable workloads. Therefore, school and SLP's must make ethical and judicious decisions, consistent with legal mandates about the services they provide. They must balance their scope of work to use their expertise most effectively and efficiently. B.Professional Preparation - SLP's must be fully prepared to meet the needs of the students with disabilities including the range and complexity of student problems require at a minimum well-prepared, master's level professional with a strong knowledge base in speech-language literacy development and speech-language disorder as well as skill set in diagnosis, intervention and workload management at the pre-service level. Period of Performance: From DATE OF AWARD to May 24, 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". QUOTE LINE ITEMS: (Please provide a breakdown of total cost) SPEECH LANGUAGE SERVICES FOR OJO ENCINO DAY SCHOOL 16 SLP STUDENTS: A. Consultation Services at $__________ per/hr X 16 students = $____________. B. 35 weeks X 4800 = $____________. C. Re-evaluation: 1 each at $__________ X 5 = $_____________. D.TRAVEL COST: Mileage at $______ X 300 miles/rounds = $____________ X 105 visits = $________________. GRAND TOTAL:_____________ FEE SHALL INCLUDE MILEAGE AND EVALUATION REPORTS. Section C.2.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. 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 representations. 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 the last day of work, for work performed under this contract. The government representative will review the performance evaluation with the Contractor, record Contractor comments, and obtain Contractor signature acknowledges 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 C.3.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; 52.232-19; 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; 52.217-6; 52.217-7; 52.217-8; 52.217-9. 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: Charmaine Williams-James, by close of business, 3:30 P.M., Local Time, September 19, 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: Charmaine.williams-james@bia.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02566/listing.html)
 
Place of Performance
Address: Cuba, New Mexico
Zip Code: 87013
 
Record
SN02879551-W 20120914/120913000948-471c3d8c06562f16ed306ab016670ed2 (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.