Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
SOLICITATION NOTICE

R -- BEHAVIORAL RESIDENTIAL SERVICES

Notice Date
6/22/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMM00090020
 
Response Due
7/14/2009
 
Archive Date
6/22/2010
 
Point of Contact
Dianne Guterrez Contracting Officer 5055633007 ; Judy Bodo Contracting Officer 5055633123 ;<br />
 
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
N/A
 
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, RMM00090020, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-32. The North American Industry Classification (NAICS) code is 541720 and the business size maximum is $7.0 Million. The Behavioral Health Handbook and Training contract shall be awarded as a firm fixed services contract with a Period of Performance (POP) of award date through December 30, 2009.The contractor will have the POP from date of award to complete requirements outlined in the Statement of Work (SEE BELOW). All work shall be performed in accordance with the Statement of Work. The offeror for the Behavioral Health Handbook and Training services shall provide a completed Behavioral Health Manual cost proposal (SEE BELOW) and respond to the Evaluation Factors delineated at the end of the clauses below. PERIOD OF PERFORMANCE: The provider must be able to provide services immediately upon award of the contract for said POP. This solicitation incorporated one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. You may review or obtain copies of said provisions at www.arnet.gov. Upon written request the Contracting Officer will make their full text available.52.203-03 Gratuities, 52.203-06 Restrictions on Subcontrator Sales to the Government Altenate I, 52.212-1 Instructions to Offerors-Commercials Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items. OFFERORS MUST INCLUDE A COMPLETED COPY OF THE PROVISION OF THIS FAR CLAUSE WITH THEIR QUOTE. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, 52.217-8 para I = 15 days, Option to Extend Services, 52.217-9 para a=15 days para c = Dec. 30, 2009, Option to Extend the Term of the Contract, 52.222-3 Convict Labor, 52,222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-50 Combating Trafficking in Person, 52.232-25 Prompt Payment, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.232-36 Designation of Office for Government Receipt of Electronic Funds Transfer Information. OFFER MUST COMPLETE AND SUBMIT WITH RESPONSE, 52.233-1 Disputes, 52.239-1 Privacy or Security Safeguards, 52.242-15 Stop-Work Order, 52.242-17 Government Delay of Work, 52.243-1 Changes Fixed Price, Alternate I, 1452.204-70 Release of Claims, 1452.226-71 Indian Preference Prograqm, 52.252-1 Solicitation Provisions incorporated by Reference, 52.252-4 Alternations in Contract. 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 TECHNICAL EXCELLENCE: Technical Qualification: 1) Contractor knowledge of behavioral health standards, 2) Proposal demostrate experience working with Indian communities Bureau of Indian Education Schools, 3) Proposal outlines program development activities with clear goals, objectives, and timeframes for completion of tasks, 4) Proposal demostrate the capacity to develop written and oral presentations to groups of more than ten people, 5) Proposal include examples of previous work that included the development of written materials and production of professional documents, 6) Proposal provide evidence that the contractor has organized meetings and facilitated meetings and provided training, 7) Proposal include demonstrated knowledge of Indian Health Service function and organization structure, 8) Knowledge of dormitory programs/operations with the Bureau of Indian Education. PLEASE INCLUDE YOU TAX ID NUMBER, CAGE NUMBER (obtain at www.ccr.gov), DUNS NUMBER, POINTS OF CONTACT WITH CURRENT TELEPHONE AND FAX NUMBERS IN YOUR QUOTE. THE OFFEROR MUST BE CURRENTLY REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION in order to receive a contract from the Federal Government. Award will be based on the Best Value to the Government, overall acceptable offer, as submitted in writing and signed by an individual with the authority to bind their respective company. The maximum response that will be accepted shall be ONLY eighty (80) pages ( single or front and back) of only 8 1/2 " X 11" sheets that must address the evaluation factors, include a cost proposal sheet and provisions completions. Late or incomplete responses of the cost proposal and evaluation factors and provisions completions shall not be considered. The due date for receipt of quotes is July 14, 2009, 3 p.m. Local Time in Albuqueqrue, NM. You may mail your quotes to BIA, Albuquerque Acquisition Office, Attention: J. Bodo, P.O. Box 26567, Albuquerque, NM 87125 or overnight to BIA, Albuquerque Acqusition Office, Attention J. Bodo, 1001 Indian School Rd.NW, NM, Suite 347, Albuquerque, NM 87104. BEHAVIORAL HEALTH ------STATEMENT OF WORK---1.0 Statement of WorkThe Bureau of Indian Education funds sixty-six (66) residential programs of which 14 are peripheral dorms. There are approximately 9,400 students residing in dormitories and over 1200 residential staff members. On December 3, 2007, final Homeliving Program regulations were published with implementation effective January 4, 2008 for all Bureau of Indian Education funded schools that operate dormitory or peripheral dormitory programs. Sections 36.78-36.84 and 36.91of the regulations address the Behavioral Health Program requirements for dormitory program operations. Copies of the regulations are included with this Statement of Work. To assist schools and dormitories with understanding and implementing a quality Behavioral Health Program, the Bureau of Indian Education must provide guidance and information in the form of a written document; (CD; powerpoint) and training for all those schools that are serving the behavioral health needs of residential students. 2.0 Scope The Bureau of Indian Education is proposing a contract for the development of a Behavioral Health Handbook and accompanying training. The contractor must have the necessary Behavioral Health certification and experience in training to effectively develop a "user-friendly" handbook that complies with respective state certification and licensing standards for behavioral health programs. The must also have experience working with Indian Health Service and be familiar with the Bureau of Indian Education's organization to provide regional training on the Behavioral Health Handbook. 3.0 Objectives The goal of this contract is to ensure that schools with dormitory programs have well-developed and effective behavioral health programs that meet the needs of students in BIE funded residential programs. The objectives of this contract are: 1. To develop a quality Behavioral Health Program handbook that addresses the requirements identified in the Bureau of Indian Education's Homeliving Program regulations so that schools/dormitories are able to implement an effective, high quality Behavioral Health Program; 2. To identify "Best Practices" of Behavioral Health Programs and include in the handbook so schools/dorms have examples/models to guide them as they develop programs; templates and sample forms that meet the requirements of Section 36.91 of the homeliving regulations will be included in the development of the behavioral health handbook; 3. To develop a powerpoint presentation that residential programs may use in orientation and other training activities will accompany the Behavioral Health Handbook; 4. To meet with the Residential Working Group to review drafts, obtain input and recommendations on regional training locations; 5. To provide technical assistance and conduct 3 regional training sessions to BIE staff on the handbook; (two on Navajo and one another location); 6. To provide training to the Education Line Officers and present at BIE requested conferences/meetings; 7. And to provide a final report with recommendations for improvement of the Behavioral Health Program. 4.0 Tasks/Deliverables The Contractor will provide all resources and materials necessary to accomplish the following: 1. Analyze the Homeliving Program regulation requirements related to the Behavioral Health Program (sections 36.70;36.91;36.79-36.84); 2. Meet with Bureau of Indian Education staff, Indian Health Service Staff and the Residential Working Group to determine types of behavioral health programs that are currently being implemented and to identify best practices and model programs for inclusion in the handbook; 3. Utilizing standards of the behavioral health profession, design and print 100 copies of a handbook, materials, best practices and a powerpoint presentation; 4. Establishment of a regional training schedule (3 sessions) to present the handbook and present information so that schools/dorms are aware of what constitutes a Behavioral Health Program; 5. Participate in three BIE meetings/conferences to present the handbook and explain the components of a Behavioral Health Program; 6. Meet with the Bureau of Indian Education, Division of Performance and Accountability as requested; 7. Present a written report, along with CD, of recommendations to the BIE for improving Behavioral Health Services to students in the dormitories. DELIVERABLES: 1. One hundred copies of a professionally completed Behavioral Health Program Handbook, including Best Practices and necessary forms/templates; powerpoint presentation, all of which need to also be in CD format; 2. A report of the regional training sessions (3) conducted including participant names, position, school/dorm locations, copy of the agenda and evaluation; 3. A final written report of along with CD, of recommendations and 4. Monthly progress reports to the Division of Performance and Accountability, Residential Life Program. 5.0 Cost and Coding The estimated cost for this activity is: to be proposed. 6.0 Timeframe The period of performance of this contract is August 1, 2009 to December 30, 2009. 7.0 Evaluation Performance reports will be submitted monthly to the Bureau of Indian Education. Conference calls and meetings with the Bureau of Indian Education will be scheduled according to established schedules or as need arises. The offeror for the Behavioral Health Handbook and Training services shall provide a completed Behavioral Health Manual cost proposal (AS FOLLOWS) and respond to the Evaluation Factors delineated ABOVE. COST PROPOSAL has four columns and eight tasks (listed under the Tasks column) with the RATE and TOTAL columns to be completed with dollar amounts and returned with the evaluation response. LEFT COLUMN---TASKS---1. Review of BIA's Homeliving Regulations; 2. Meet with BIA and BH Indian Health Service staff to identify best practices; 3. Utilizing BH standards, develop a BH Handbook; 4. Utilizing BH standards, edit and print 100 handbooks and powerpoint on CD; 5. Review document with Residential working group/make corrections; 6. Present the BH handbook at 3 residential regional meetings; 7. Submit written report and CD with recommendations to BIE; 8. Travel. COLUMN--- DIRECT LABOR BY CATEGORY--- 1. Research, review and analysis; 2. Research, review, analysis and meeting; 3. Clerical staff, review, analysis, cross-reference, categorize and meet with BIE; 4. Clerical staff and printing; 5. Planning, facilitation, note taking, clerical; 6. Planning, facilitation, note taking, presentation development; 7. Planning, analysis, writing, editing and formatting. COLUMN---RATE x NO. OF PEOPLE & HRS.---1._________; 2. _________; 3.__________; 4._________; 5._________; 6.__________; 7. _________; 8. _________. RIGHT COLUMN---TOTAL---1. _________; 2. _________; 3. __________; 4. _________; 5 _________; 6. _________; 7. _________; 8. _________. END OF COST PROPOSL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMM00090020/listing.html)
 
Place of Performance
Address: CONUS<br />
Zip Code: 871042303<br />
 
Record
SN01852139-W 20090624/090622235532-6bbe0e83a20e6b70d5e60b2343aed43c (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.