SOLICITATION NOTICE
U -- U - THERAPEUTIC COUNSELING SERVICES FOR DENNEHOTSO COMMUNITY SCHOOL.
- Notice Date
- 9/19/2012
- 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
- A12PS02653
- Response Due
- 9/20/2012
- Archive Date
- 9/19/2013
- 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
- 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. A12PS02653 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. STATEMENT OF WORK Therapeutic Counseling Services Dennehotso Boarding School, North Highway 163, Dennehotso, AZ is in need of a contractor to provide Therapeutic counseling Services on-site beginning (date of contract approval) thru June 30, 2013. The contractor will provide one-on-one and small group counseling for 12 (twelve) students four times per month. These students currently have Individual Education Plans citing counseling as a related service needed for their own academic well-being and safety. The multidisciplinary team feels that these children need regularly scheduled counseling in such areas as anger management, grief, behavioral, and social issues. The contractor will conduct further assessment on identified students, amend IEP's and develop a visitation schedule. The contractor will conform with P.L. 105-17 and 34 CFR, Part B; 25 CFR 45: 1 - 80 and Section 504 of the rehabilitation Act of 1973: 29 USC 794. The Therapeutic Counseling Service will include:. 1. The administration of assessment chosen and/or approved by the school's Special Education Department; 2. Scoring and short summaries of all assessments administered; 3. The interpretation of all assessment results; 4. Documentation that parents and staff receive a copy of the individualized summary; 5. Participation in MDT meetings to interpret results and respond to questions; 6. Provide therapeutic counseling in individual, small group, large group settings, four times a month. Schedule on the same days, provide IEP reviews and input on student's progress and other related counseling service needs; 7. Provide Dennehotso Boarding School Special Education Department and Western Navajo Agency, Special Education with a copy of the service provider's state certification. The provider must have a security background investigation clearance. The contractor will not be allowed to add service days and additional lodging without the modification approval from the contracting officer. Period of Performance: from Date of Award to June 31, 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: COST Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance M. 1Contract Award Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offers may be given the opportunity to clarify certain aspects of the proposals (e.g., the relevance of an offeror's past performance information or to resolve minor or clerical errors). M.2Evaluation The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable". All Factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered. M.3Evaluation Factors Factor I -Technical Capability Factor II -Management Capabilities/Key Personnel Qualification Factor III - Past Performance FACTOR I - Technical Capability quote for a Therapist, 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 Therapist, 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 Therapist, 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) 1. THERAPUTIC SERVICES (FOR 12 STUDENTS) A. Svc @ $_______ per day (4 days per month) x 36 days = $_______ B. 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;52.204-06; 52.216-01; 52.203-15 AND 52.232-99. 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, 12:00 P.M., Local Time, September 20, 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. Due to the end out fiscal year the solicitation time has been shorten.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02653/listing.html)
- Place of Performance
- Address: DENNEHOTSO, AZ
- Zip Code: 86535
- Zip Code: 86535
- Record
- SN02890400-W 20120921/120920001752-1cb755e10f73b6e4428daaf594210246 (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 |