Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOLICITATION NOTICE

R -- MIAMI AGENCY CFR COURT-GUARDIAN AD LITEM

Notice Date
5/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
BIA EORO 00008 3100 WEST PEAK BOULEVARD Contracting Office Muskogee OK 74402 US
 
ZIP Code
00000
 
Solicitation Number
140A0818Q0016
 
Response Due
5/18/2018
 
Archive Date
6/2/2018
 
Point of Contact
Impson, Katheryn
 
Small Business Set-Aside
Total Small Business
 
Description
GUARDIAN AD LITEM ALL QUESTIONS REGARDING THIS SOLICITATION SHALL BE SUBMITTED VIA EMAIL TO Katheryn.impson@bia.gov by May 9, 2018. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation(s) being requested and a written solicitation will not be issued. The solicitation number for this procurement is 140A0818Q0016 and is issued as a request for quote. The Bureau of Indian Affairs (BIA) Eastern Oklahoma Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, Effective January 24, 2018. This procurement is being set aside for Total Small Business. The associated North American Industry Classification System code (NAICS) is 541199, All Other Legal Services and the size standard is $11.0 Mil. Bureau of Indian Affairs, Tribal Government is requesting a Guardian ad Litem for the Bureau of Indian Affairs/Eastern Oklahoma Regional Office, Miami Agency, Miami, OK. Contractor (hereinafter referred to as Guardian ad Litem) is a trained community member, appointed by the district court judge to investigate and determine the needs of abused and neglected children and youth petitioned into the court system. The GaL is paired with an Attorney Advocate to represent the child's best interest in court. DUE DATE: SUBMIT YOUR QUOTE BY Friday May 18, 2018 at 12:00 NOON (CST) p.m. Please reference solicitation 140A0818Q0016. AWARD TYPE BIA intends to award one (1) Firm Fixed Price Contract with 1 Base year and 4 Options Years. INTERPRETATION OF THE SOLICITATION: NOTICE OF AMBIGUITIES It shall be the obligation of the potential Contractor to exercise due diligence to discover and to bring to the attention of Bureau of Indian Affair at the earliest possible time any ambiguities, discrepancies, inconsistencies, or conflicts in or between the statement of work, specifications and any other document RESTRICTIONS AGAINST DISCLOSURE The Contractor agrees, in the performance of this contract to keep in strict confidence the information furnished by Bureau of Indian Affairs and designated by the COR as public materials and information unless otherwise specified. The Contractor also agrees not to publish or otherwise divulge such information in whole or in part, in any manner or form, nor to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the Contractor's possession. STATEMENT OF WORK (SOW) GUARDIAN AD LITEM Contractor shall provide all necessary supplies, equipment, transportation and travel expenses to complete the services outlined in the SOW. Specifically, the Guardian ad Litem is responsible for the following: 1.Gathering and Assessing Details a.Gather and assess independent information about the child's situation and needs by getting to know the child b.Interviewing parents, guardians, caretakers, social workers, teachers, and/or service providers c.Reading records related to the child and family 2.Collaborating a.Seek cooperative solutions with other participants in the child's case b.Communicate with the Attorney Advocate to develop legal strategies and prepare for court c.Attend court hearings and other meetings 3.Recommending the Best a.Write child-focused reports for court hearings b.Make recommendations in the child's best interest c.Testify, when needed, to support recommendations or inform the court of changes in the child's situation 4.Empowering the Child's Voice a.Ensure that the court knows the child's wishes b.Keep the child informed about the court proceedings c.Facilitate the child's participation in court hearings, when appropriate 5.Staying Vigilant a.Monitor the situation on an on-going basis b.Consult with local program staff for support and guidance 6.A Guardian ad Litem possesses: a.A sincere concern for the well-being of children b.A commitment to advocate for a child until a safe and permanent home is established and court involvement is no longer required c.The ability to be objective and non-judgmental d.The ability to interact respectfully with people from diverse economic, educational, and ethnic backgrounds e.Good verbal and written communication skills 7.The Court Clerk under the direction of the Magistrate shall notify the Guardian ad Litem of cases assigned to him/her. 8.Timely preparing the necessary legal documents in criminal, juvenile and Indian Child Welfare cases involving child welfare, neglect and abuse. A Confidential Report to the Court shall be filed in each case assigned by the Magistrate and updated on a monthly basis. To include dates, names, type of visit, case number and narrative on each case. 9.Working cooperatively with the FBI, BIA and/or Tribal Law Enforcement personnel, Local/State Law Enforcement, State Department of Human Services, Magistrates, Court Clerks, Tribal Officials, Tribal Social Workers and ICW Caseworkers, Regional Tribal Government Services Officer and Miami Agency Superintendent in the performance in the above duties. 10.Guardian ad Litem shall perform the duties set out under this Scope of Work in a timely and responsible manner to assure the administration of justice within the Tribal community and be in attendance at court sessions. The Magistrate sets the date for the regular court hearing days as necessary. 11.The Agency will furnish an area for the Guardian ad Litem ¿s use on days when the Guardian ad Litem is at the court. 12.Provide contact information including: home, office and cellular telephone numbers to the Court Clerk for distribution to clients for consultation and instruction purposes. Provide the Guardian ad Litem's telephone number for client contact and not the CFR Court's main number. The Court Clerk will not be responsible for receiving/delivering messages and will advise clients of the Guardian ad Litem ¿s telephone number where he/she can be reached, and that the Guardian ad Litem will only be available on days of court appearances. 13.The Guardian ad Litem (GaL) will be present at the Miami Agency CFR Court a minimum of 3 hours a month from 1:00 p.m. to 4:00 p.m. or until excused by the Magistrate. An additional 13 hours is authorized as necessary to conduct interviews, investigations and/or visits for the Miami Agency CFR Court; the contractor will coordinate this within his/her schedule. The total number of hours per month shall not exceed 16 hours unless approved by the court. Travel time is on the contractor ¿s time and is not included in the 16 hours. The 3 hours a month will be the actual court day for the Miami Agency CFR Court and is set by the Magistrate; the contractor will be notified in advance of the scheduled court date. In the event there is no court day, the Contractor will be notified by court staff and will use the afternoon to conduct additional interviews, investigations and/or visits. A Confidential Report to the Court will be required to be submitted even if there is no court day that month. 14.The Contractor shall be knowledgeable in the Indian Child Welfare Act and jurisdiction in Indian Country; may not have any misdemeanors in the past five (5) years or any felonies in any jurisdiction. 15.A background security investigation will be required on all non-federal government personnel not appointed by the court. Successful completion of a background investigation and favorable adjudication is required. 16.The Government reserves the right to protect its interest. If the Contracting Officer determines at any time during the period of performance that the Guardian ad Litem's performance is substandard, the Contractor agrees to either correct the problem(s) immediately or supply a new Guardian ad Litem. 17.Upon acceptance, GaL must complete 30 hours of GaL training before being sworn in by a judge and appointed to advocate on behalf of a child. If appropriate training has been completed then this requirement will be waived. 18.Guardian ad Litem reports to court staff. All written Confidential Reports to the Court shall be sent to the court staff to be distributed to parties involved in the assigned cases. PLACE OF PERFORMANCE: 34 "A" Street, NE (3rd Floor of the U.S. Postal Building) Miami, Oklahoma 74354 PERIOD OF PERFORMANCE The period of performance of the award will be July 1, 2018 through June 30, 2019; this may change if background investigation is not completed before the period of performance start date. There will also be the potential for four (4) one year option periods. Each Option Year will be reviewed on an annual basis to determine if it is in the government best interest to extend the contract. Total possible performance for the contract is five (5) years. INSTRUCTIONS FOR SUBMITTING QUOTES All questions regarding this solicitation shall be submitted via email to Katheryn.impson@bia.gov by May 9, 2018. Submission of quote shall only be accepted through email to Katheryn.impson@bia.gov. Please reference the solicitation #140A0818Q0016 in the subject line of the email. No late quote will be accepted. OFFER ACCEPTABLE PERIOD The offeror's quote shall be valid for thirty (30) calendar days after receipt of the offer by Bureau of Indian Affairs. PRICING SCHEDULE 010: $________________Per Hour x 16 hours per month x 12 months=___________ Hourly rate if over the base 16 hours $__________________ Base Year: 07/1/2018-06/30/2019 020: $________________Per Hour x 16 hours per month x 12 months=___________ Hourly rate if over the base 16 hours $__________________ 52.232-19 Availability of Funds for the Next Fiscal Year Option Year: 07/1/2019-06/30/2020 030: $________________Per Hour x 16 hours per month x 12 months=___________ Hourly rate if over the base 16 hours $__________________ 52.232-19 Availability of Funds for the Next Fiscal Year Option Year: 07/1/2020-06/30/2021 040: $________________Per Hour x 16 hours per month x 12 months=___________ Hourly rate if over the base 16 hours $__________________ 52.232-19 Availability of Funds for the Next Fiscal Year Option Year: 07/1/2021-06/30/2022 050: $________________Per Hour x 16 hours per month x 12 months=___________ Hourly rate if over the base 16 hours $__________________ 52.232-19 Availability of Funds for the Next Fiscal Year Option Year: 07/1/2022-06/30/2023 Total of Amount of _________________________ PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. 52.212-2 Evaluation -- Commercial Items (Oct 2014) (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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Past Performance Factor 3: Price (b) Factor 1: Technical Capability 1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as "Technically Acceptable" or "Technically Unacceptable." 2. Offeror shall meet all the requirements in RFQ in Performance Work Statement and Contents in combined solicitation/synopsis. 3. "Technically Acceptable" is defined as the item offered to the Government that meets the minimum requirements of the solicitation. 4. "Technically Unacceptable" is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. Technical Experience Contractor shall be familiar with: The roles of a Guardian ad Litem At least three (3) years prior experience in child welfare or social work Shall be knowledgeable with court proceedings regarding Indian Child Welfare Include any degrees, certificates or educational training in social work Include any certificates of training in the following topics: 1. Dynamics of child abuse and neglect issues 2. Factors to consider in the determining the best interest of the child, including permanency planning 3. Inter-relationships between family system, legal process and the child welfare system 4. Mediation and negotiation skills 5. Federal, state and local legislation and case law affecting children 6. Cultural and ethnic diversity and gender-specific issues 7. Family and domestic violence issues 8. Available community resources and services 9. Child development issues 10. Guardian ad litem standards (c) Factor 2: Past Performance ¿Past performance shall provide adequate information describing the offeror ¿s previous experience in child welfare and/or social work. Contact information for minimum of two references for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation (d) Factor 3: Price 1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.204-2, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.217-8, 52.217-9, 52.223-6, 52.229-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.232-40, 52.233-1, 52.243-1 Alt. 1, 52.249-2, 52.249-4, 52.249-8, 52.252-1 and 52.252-2. DIAR 1452.201-70 Authorities and delegations. Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause). DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: ¿A copy of the contractor ¿s invoice with description of services performed and how many hours logged during the period of performance. The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause) 52.232-18 Availability of Funds. AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.232-19 Availability of Funds for the Next Fiscal Year AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 6/30/18. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 6/30/18, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 52.217-8 Option to Extend Services. OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance here under shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 Option to Extend the Term of the Contract. OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 (years). QUOTE SUBMISSION INFORMATION: Quote submissions must include the following items: 1. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number). 2. Summary of technical capability in accordance with 52.212-2 3. Pricing schedule 4. Past performance contact information for minimum of two references for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation: i. Company Name ii. Company Address iii. Company Point of Contact Name iv. Contact Phone Number and E-mail Address Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award End of Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A0818Q0016/listing.html)
 
Record
SN04906477-W 20180503/180501230826-5b56c992fc2623dfd23fbbde4936fec7 (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.