Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2007 FBO #2152
SOLICITATION NOTICE

Q -- Speech Therapy Services for the Bureau of Indian Education (BIE), Flandreau Indian School, Flandreau, SD

Notice Date
10/16/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs (BIA). Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E080001
 
Response Due
10/19/2007
 
Archive Date
10/19/2007
 
Point of Contact
MARITA ROTH (505) 563-3015
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RMK0E080001, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. The North American Industry classification (NAICS) code is 624310 and the business size maximum is $5.0 Million. The proposed contract is a Small Business Set Aside. All small businesses shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the small business (prime). All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 001: Provide all supplies, materials, and personnel to provide Speech Therapy Services to the Flandreau Indian School, Flandrea, SD 57028 in accordance with the scope of work. The quantity is 674 and the unit is Hours. Please provide an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. The contract shall be awarded as a firm fixed price contract with a basic and four one year option year periods. The Period of Performance (POP) shall be from date of award to June 30, 2008. The option year POP shall be from August 1 to June 30 for each subsequent year. All work shall be performed in accordance with the Scope of Work. Please provide a daily rate and estimated travel costs cost for all five years. Scope of Work. The Speech Pathologist will work in a school setting which provides special education services to handicapped students as mandated by Federal Law. He/She will provide experience in investigating and studying the underlying causes, participating factors, symptomatic behavior and the emotional and practical effect upon persons of a particular impaired speech pattern or communicative disorder. Implementation of these services will involve complete speech and language evaluation and written reports. The services will be provided to approximately 20-28 students depending on need. The work will be conducted during a 24 hour work week, which may be increased or decreased. Background: the speech pathologist will carry out the goals and objectives in the student?s Individual Education Plan (IEP) to assure they are making progress in the area of speech. Progress will be assessed and reported to parents/guardian on a quarterly basis. Objectives. The primary objective of the speech pathologist will be to provide differentiated instruction and therapy to students who are Speech/Language certified and on an IEP so they can progress toward the individual goals and objectives that have been determined for each of these students. Contractor Tasks; The speech pathologist will function in a school setting which provides special education services to identified students. The speech pathologist will prescribe, plan and administer remedial programs; give training and supervision to other education personnel; and provide support services to families/. He/she will be a participating member of each speech/language student?s multidisciplinary and Evaluation team. He/She will manage and maintain a caseload of student files and be responsible for maintaining full compliance with federal regulations according to IDEIA. Contract End Items: the speech pathologist will be held accountable for meeting timelines and deadlines to meet federal compliance regulations. The contractor shall have a favorable background determination issued by the BIE, Security Office. QUALIFICATIONS OF THE EXPERT PROVIDER: 1. Experience in providing speech and language service to Bureau operated schools. 2. Degree in the field of Speech and Language Therapy with Certification to practice in the state of SD. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov) and DUNS Number when submitting your quote. The Offeror shall provide the lump sum cost for the base and four option year periods with a breakdown of their cost to provide this service and provide a copy of their credentials, including but not limited the college diploma. The offeror shall have a favorable screening (applicant and suitability) determination must be made by the BIE, Office of Personnel Security and Suitability Program in accordance with the Background Investigations Clause. Please contact the Security Office at (505) 563-5287 to begin process. The Offeror shall provide the lump sum cost with a breakdown of their cost to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.2 Instructions to Offerors ? Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.2 12-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference. . Clauses Incorporated by Reference. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (SPR 1998). FAR 52.2 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 52.222- 19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party. FAR 52.239-1 Privacy or Security Safeguards. FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-I 7 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Background Investigations Clause; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (pan I, 15 days); FAR 52.2 17-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 4.5 years); 52.2 17-3 Evaluation Exclusive of Options; and, FAR 52.2 12-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS OF EXPERT PROVIDER section of SOW lb. Technical Approach: Describe your technical approach to accomplish each of the objectives and or tasks delineated in the Scope of Work. 1c. Past Experience: List contracts that are of comparable size, complexity and similar. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is October 19, 2007; 9:00am Local Time (Albuquerque, NM). You may mail your quote to BIA, Albuquerque Acquisitions Office, PO Box 26567, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
 
Record
SN01435093-W 20071018/071016223715 (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  © 1994-2020, Loren Data Corp.