Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

Q -- School Physical Therapy Services for the Bureau of Indian Education (BIE), Navajo Region Schools

Notice Date
9/18/2008
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW: ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E080084
 
Response Due
9/26/2008
 
Archive Date
9/27/2008
 
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, RMK0E080084 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 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. Please provide a breakdown of your costs. The breakdown shall include a daily rate and 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 base and four one year option year periods. The Period of Performance (POP) shall be from August 01, 2008 to June 30, 2009. The option year POP shall be from August 01st to June 30th for each subsequent year. All work shall be performed in accordance with the Statement of Work. The contract shall be awarded as a firm fixed price contract with a base and four option year periods. Please provide a lump sum cost with a breakdown of your costs for all five years. This office is requesting quotes on the following item: 0001 BASIC Year: Provide all travel, supplies, materials and personnel to provide Psycho-educational /Diagnostician Services for Bureau of Indian Education Schools located on the Navajo Indian Reservation in Arizona in accordance with the Statement of Work (SOW). The school is: Hunters Point Boarding School, St Michaels, Arizona. The QUANTITY is Ten (10), The UNIT is Day. 0002 Option Year One (1): Provide all travel, supplies, materials and personnel to provide Physical Therapy Services for Bureau of Indian Education Schools located on the Navajo Indian Reservation in the State New Mexico in accordance with the Statement of Work (SOW). The school is: Hunters Point Boarding School, St Michaels, Arizona. The QUANTITY is Ten (10), The UNIT is Day. 0003 Option Year TWO (2): Provide all travel, supplies, materials and personnel to provide Physical Therapy Services for Bureau of Indian Education Schools located on the Navajo Indian Reservation in the State of New Mexico in accordance with the Statement of Work (SOW). The school is: Hunters Point Boarding School, St Michaels, Arizona. The QUANTITY is Ten (10), The UNIT is Day. 0004 Option Year THREE (3): Provide all travel, supplies, materials and personnel to provide Physical Therapy Services for Bureau of Indian Education Schools located on the Navajo Indian Reservation in the State of New Mexico in accordance with the Statement of Work (SOW). The school is: Hunters Point Boarding School, St Michaels, Arizona. The QUANTITY is Ten (10), The UNIT is Day. 0005 Option Year FOUR (4): Provide all travel, supplies, materials and personnel to provide Physical Therapy Services for Bureau of Indian Education Schools located on the Navajo Indian Reservation in State of New Mexico in accordance with the Statement of Work (SOW). The school is: Hunters Point Boarding School, St Michaels, Arizona. The QUANTITY is Ten (10), The UNIT is Day. Please provide a breakdown of your costs. The breakdown shall include a daily rate and an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. The contractor shall be paid the fully daily rate for direct services provided to the students at the school location. If the contractor provides services off-site (i.e. not at the school location) to perform activities such as report writing etc they shall be paid the hourly rate, which shall be determined by taking the daily rate and dividing by 8 hours, unless otherwise specified. 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 August 01, 2008 to June 30, 2009. The option year POP shall be from August 1st to June 30th for each subsequent year. All work shall be performed in accordance with the Statement of Work. The SOW is as follows: Background: The Bureau of Indian Education, Navajo, serves as a branch of the state education agency (SEA) for 66 elementary and secondary schools and dormitories serving 17,000 Navajo Nation students located in the states of Arizona, New Mexico, and Utah. The Statement of work calls for professional related services to assist the targeted Navajo Nation Schools in implementing the special education and related services as authorized under P.L. 108-446 Individualized with Disabilities Education Improvement Act (IDEIA). The purpose of IDEIA program is to improve academic achievement of students with disabilities and introduce strict accountability measures to hold schools, districts and states responsible for the academic results of student with disabilities. Approximately 49 schools will be funded Part B Funds through a formula based process to provide special education and related services for eligible children with disabilities. POSITION: Physical Therapist Licensed in the State of Arizona. The school is Hunters Point Boarding School, St Michaels, Arizona. IDENTIFIED STUDENTS: Based upon the need over the last five years at Hunters Point Boarding School, we anticipate approximately 1-3 students per year requiring services. The total hours required (based upon the students IEP) is 1 hour per month. We believe that the needs of the students can be met with a contract of.5 days per month that would include time for the assessment and reassessment process (maximum of 10 days per school year). The number of days for Physical Therapy Services may increase or decrease during each year depending on the number of students that require service for each school year.OBJECTIVES: To ensure the provision of Physical Therapy Services to identified or referred Special Education students attending BIE schools on the Navajo Reservation. Services will be provided in accordance with P.L. 108-446, the Individuals with Disabilities Education Act of 2004 as specified in the student IEP. 1. Observes, screens, evaluates students and provides documentation for students referred for therapy services; 2. Assesses and plans treatment for qualifying students; 3. Attends and participates on multi-disciplinary teams to develop Individual Educational Plans (IEP) and makes placement recommendations; 4. Assist the teacher in modifying classroom activities which promote motor development, prevent secondary problems and will allow each child to participate as much as possible; in collaboration with occupation therapy, assist classroom personnel with activities of daily living such as mobility, toileting and positioning by teaching them appropriate techniques; 5. Assist the physical education teacher in developing activities which will enhance motor development and maintain physical conditioning according to the needs of the individual child; 6. Develop an individual educational program for physical therapy to fit the special needs of disabled students; 7. Interpret the physical therapy evaluation, goals, and program plan to parents, provide instruction about appropriate activities at home, about exercises to be performed at home, about methods for meeting activities of daily living, and about equipment needs of the child; 8. Recommend: (a) general equipment for the physical therapy department and see that it is maintained properly; (b) classroom equipment needs and design modifications to meet individual needs; (c) architectural modifications which will allow children to be more functional; 9. Document the physical therapy evaluation and objective recordings of progress on individual children and maintain data related to physical therapy services with those of other disciplines you request; 10. Provide consultation service and coordinate physical therapy services with those of other disciplines you request; 11. Communicate with the providers of primary medical care of each disabled child receiving physical therapy prior to and during the school year; 12. Reinforce appropriate levels of function in activities of daily living; 13. Develop good rapport and communication with parents through phone calls, letters and visitations; 14. Serve on educational committees, e.g., placement, IEP committees; 15. Coordinate and maintain such record keeping as is necessary; 16. Comply with all federal mandates, State Board of Education regulations, and BIE policies for service to the disabled; 17. Maintain clinical service notes and working student file RESPONSIBILITIES OF ALL RELATED SERVICE PROVIDERS: The service provider is to: 1. Report to a designated time and place for orientation to the organizational structure for service provision and the procedures delineated for providing the above specified services 2. The provider is to make any additional reports or supply data to the LEA or BIE which may be required to evaluate and report on the provision of related services. 3. Make appropriate travel arrangements including payment of costs to be paid upon completion of work assignment for scheduled works with the Navajo Nation bureau operated schools. Travel costs shall be reimbursed at the actual costs and in accordance with the Federal Travel Regulations. 4. Provide written reports and other documentation of services i.e. evaluation forms, attendance sheets, etc. for specific services as requested by the BIE/ ADD (Navajo). 5. Develop and provide all materials for professional development and technical assistance provided to schools, leadership team, staff, and/or BIE/ADD (Navajo). QUALIFICATIONS OF EXPERT PROVIDERS: 1. Masters Degree in Physical Therapy; 2. New Mexico/Arizona/Utah State Certification as a Physical Therapist 3. Three years experience in a school or clinical setting. 4. Knowledge of Navajo language and culture preferred The contractor shall have a favorable background determination issued by the BIE, Security Office. 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 Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OLEP), 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 52212-I 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 52.212-3, 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 52.212-5 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 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.23 2-36 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 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-IS Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DL&R 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 (para 1, 15 days); FAR 52.217-9. Option to Extend the Term of the contract (para (a) 15 days, 15 days; para(c)5 years); 52.217-3 Evaluation Exclusive of Options; and, FAR 52.212-2, 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 Ia: 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 Statement 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 September 26, 2008; 5:00 p.m. Mountain Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, P.O. Box 26567, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aede46be2d7b1fc3f0e20583361011a6&tab=core&_cview=1)
 
Record
SN01674299-W 20080920/080918221558-aede46be2d7b1fc3f0e20583361011a6 (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.