Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2008 FBO #2245
SOLICITATION NOTICE

R -- CHILD FORENSIC INTERVIEWER

Notice Date
1/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-10-08-024-REL
 
Response Due
2/14/2008
 
Archive Date
2/29/2008
 
Point of Contact
Rita Langager, Contract Specialist, Phone 406.247.7293, Fax 406.247.7108
 
E-Mail Address
Rita.Langager@ihs.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.101, Non-Personal Service Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price non-personal service commercial item contract in response to Request for Quotation (RFQ)-10-08-024-REL. This solicitation is restricted to 51% Indian owned (Native American/American Indian) business concerns in accordance with the Buy Indian Act (25 U.S.C. 47). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. The associated North American Industry Classification System code is 541611 and the small business size standard is $6.5 million. PRICE SCHEDULE - CHILD FORENSIC INTERVIEWER: BASE YEAR: 260 Days @ $______________ per Day = $________________; OPTION YEAR ONE: 260 Days @ $______________ per Day = $________________; GRAND TOTAL: $________________. PURPOSE OF THE CONTRACT: The purpose of this contract is to acquire a child forensic interviewer according to the requirements of the Interagency Agreement between the Billings Area Indian Health Service and Office of Justice Services, District V, Billings, Montana. PERFORMANCE WORK STATEMENT AND PROJECT GOALS: (1) To improve the quality of forensic interviews in meeting legal rights, physical and emotional needs of child victims, and reduce trauma to child victims of physical and sexual abuse. The forensic interviewer will be housed in the Office of Justice Services, District V, Billings, Montana. (2) To participate in multi-agency team efforts involving the investigation of child abuse cases. (3) To serve and act as a resource to local law enforcement and social service programs investigating child abuse. (4) To ensure that victims are not impacted by multiple interviews. The Child Forensic Interviewer will coordinate the appointments and will notify local law enforcement and social services of the time and place recognizing that each agency has a need to obtain sufficient information to support further investigation and to petition the courts for child protection orders. (5) To apply accepted standards of practice in investigating child physical and sexual abuse cases in collaboration with the Federal, Tribal, State and Local agencies. (6) To conduct interviews using state of the art recording devices to preserve the interview for evidentiary purposes and to write comprehensive reports. All recorded data and written reports will be secured in the Office of Justice Services, Region V Office. (7) To provide expert testimony in Federal and Tribal courts as requested. (8) To provide training and technical assistance to Indian Health Service, Bureau of Indian Affairs, Federal Bureau of Investigation, Tribal Law Enforcement, Tribal Social Services, and Tribal Prosecutors on interviewing child victims and witnesses. (9) To seek permanent funding for the Child Forensic Interviewer position in Montana. (10) The Special Agent in Charge and the Indian Health Service (IHS) project officer or designee will provide the contractor with orientation and assistance with scheduling services and resolving problems encountered by the contractor at the local level. (11) Joint monthly meetings will be held for the first 3 months between the contractor, Special Agent in Charge, and the IHS project officer or designee. (12) The contractor shall attend quarterly Area CPT meetings. QUALIFICATION REQUIREMENTS: A minimum of two years experience conducting interviews of child abuse victims and providing expert witness testimony in child abuse cases in Tribal or Federal court. Five years experience as a Certified Law Enforcement official in Indian country is required, in addition to experience interviewing child physical and sexual abuse victims on a reservation. Length of experience will be considered. Experience in developing and participating or leading a local Child Protection Team (CPT) and/or Multi-Disciplinary Team (MDT). Bachelors degree, or higher, in criminal justice, social services or human services, or other related field, or qualifying field experience that would provide basic knowledge of communication theory, basic psychological principles, or sociological theory, and knowledge of the law as it relates to child abuse victim interviews, investigations and prosecution. Certified training in psychology of trauma, legal issues, investigative techniques, training in forensic interviewing, child physical and sexual abuse, victim advocacy, documentation, evidence collection and report writing. PAYMENT: The contractor will be paid on a bi-monthly basis. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: The contract Forensic Interviewer's performance will be measured based on the following Performance Requirements: (1) Quality of Performance; (2) Documentation and Reports; and (3) Resource activities, training and technical assistance to CPTs, Law Enforcement, and Courts. The Performance Requirements will be measured against the following Government Performance Standards: (1) Conduct interviews according to accepted standards of forensic interviewing. Conduct a minimum of 5 interviews per month; (2) Timely response to requests for interviews from the reservations. Technical competence in use of electronic recording when required. Provide written reports of interviews in a timely fashion; and (3) Evidence of 3 trainings per quarter to CPT or MDT, IHS MH, BIA SS or other community group involved in protection of children. The Method of Government Surveillance to determine compliance with the Performance Requirements is as follows: (1) Audio and written reports received by the Special Agent in Charge, Office of Justice Services. Document results in monthly report to IHS project officer with a courtesy copy sent to Margene Tower; (2) Timeliness of response to requests will be monitored in quarterly report to the IHS project officer. Technical competence and timeliness of reports will be monitored in quarterly report; (3) Provide documentation in quarterly report. Deduction Schedule: (1) 5% deduction, split between 2 pay periods, for fewer than 5 interviews per month for 3 consecutive or cumulative months or for substandard performance as determined by the Special Agent in Charge in collaboration with IHS MH Consultant and IHS project officer; (2) 5% deduction, split between 2 pay periods, for substantial lack of (more than 5 failures for 3 consecutive or cumulative months) timeliness or responses; failure to complete reports or failure to properly record and safeguard interview collection; and (3) 5% deduction, split between 2 pay periods, for two consecutive quarters with no provision of training or technical assistance as determined by the Special Agent in Charge and the IHS project officer or designee. Deductions shall be assessed against individual invoices when services are not performed or do not meet contract requirements. PERIOD OF PERFORMANCE: Base year with one 12-month option. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractor's technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Billings Area IHS Office, 2900 Fourth Avenue North, Billings, Montana 59101. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for the contractor in accordance with Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990. The character and background investigations should be coordinated with the IHS project officer or designee. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provisions 52.212-1 Instructions to Offerors Commercial Items, and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at FAR 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999): (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: (1) Resume = 35 POINTS. Potential contractors must submit a copy of resume with the price quote; (2) References = 35 POINTS. Potential contractors must submit three letters of reference from any combination of a peer, supervisor, or related program (e.g., Judge, Social Services, Behavioral Health, et cetera) with price quote; and (3) Past Performance = 30 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal to 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://knownet.hhs.gov/acquisition/hhsar/default.htm. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on February 14, 2008. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Record
SN01487505-W 20080119/080117223510 (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.