Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

Q -- Vision and Hearing Impaired Services for Tuba City Boarding School for School Year 2010-2011.

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
D33N190376
 
Response Due
7/30/2010
 
Archive Date
7/28/2011
 
Point of Contact
Cari Fraser Contracting Officer 7033906348 cathleen.fraser@bia.gov;
 
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. Quoters are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation, D33N190376, is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42. This acquisition is full and open. The Contractor shall provide all travel, supplies, materials, and personnel to provide Vision and Hearing impaired services to referred students at Tuba City Boarding School in Tuba Ciity, AZ 86045 for School Year (SY) 2010-2011 from August 2, 2010 through June 30, 2011 in accordance with the Statement of Work. Statement of Work: Background: Tuba City Boarding School has 2-4 students that may require visually impaired or hearing impaired services. The number of students is an estimate and the number may change as students are added, dropped, or if the level of services changes per the students Individualized Education Program (IEP). Visually impaired and hearing impaired services are an essential component of the special education program for a selective few students who require this assistance. Visually impaired or hearing impaired services will assist/allow students to gain the maximum benefit from their learning at Tuba City Boarding School. Tuba City Boarding School is required by Public Law 101-476, The Individuals with Disabilities Education Act (IDEA), and subsequent reauthorization under Public Law 105-17 (THE IDEA97), specialized instructions for students identified in areas of specialized needs. Period of Performance: The period of performance shall be August 2, 2010 through June 20, 2011. Scope of Work: The Contractor shall provide visual and hearing impaired services to students who have been evaluated and diagnosed as requiring the services. The Contractor shall provide physical evaluation, screening for selected population, individual and small group direct services. The Contractor shall consult with other staff and update the student's IEP annually. The Contractor shall provide services three (3) hours per week for 4 students. The fees shall include evaluation reports. Tasks: 1. Task 1: Vision Impaired Services Scope of Work: The Contractor shall provide the following services: a.Specialized instruction in blind/visually impaired student's identified areas of need;b.Provision of appropriate equipment and materials, specialized adaptations, and monitoring and repair;c.O&M teacher to provide limited instruction and strategies to visually impaired or blind student;d.Teacher of the blind/visually impaired and/or O&M teacher as a member of the student's IEP team;e.Teacher of the blind/visually impaired consultation to classroom teacher on visual impairment, specialized equipment, curricular modifications and strategies;f.Direct service to student in reading and use of Braille;g.Direct instruction in use of low vision aids and adaptive equipment;h.Direct instruction in language and concept development, including orientation and mobility;i.Direct instruction in mathematics concept, in Braille code of mathematics and abacus;j.In-service regular students on blindness and vision impairment;k.Parent consultation/education;l.Assistance with appropriate class placements and programs for the blind/visually impaired student;m.Consultation to staff on classroom/school physical adaptations;n.Interpretation of Ophthalmologist/optometrist information;o.Facilitation of vocational counseling/transition for blind/visually impaired students;p.Supervision of and resource assistance to the teacher of the blind/visually impaired; andq.Arrangements for low vision evaluations. 2. Task 2 : Hearing Impaired Services Scope of Work: The Contractor shall provide the following services: a. In-services to school staff, classroom teacher(s), and/or regular students on any of the following topics: deafness and hearing impairment, auditory equipment, curricular modifications and strategies, classroom and school physical adaptations, assessment and evaluation needs;b.Parent consultation/education;c.Assist with appropriate class placements and programs for the deaf/hard of hearing student as a member of the student's IEP team;d.Audiological consultation services for the student;e.Supervision of and resource assistance to the teacher of the deaf/hard of hearing;f.On-going assessment, including specialized direct instruction in deaf/hard of hearing student's identified areas of need;g.Demonstrate techniques and strategies to school staff to use in working with the student;h.Provision of appropriate equipment and materials, including amplification equipment, monitoring, and repair;i.Facilitation of vocational counseling/transition for deaf/hard of hearing student and expectations;j.Direct service to student in language, reading, vocabulary, and speech development;k.Direct service to student in math, science, and social studies concept development;l.Direct service to student in amplification use, listening skill training, and acceptance of hearing loss; andm.Sign language instruction to student. Responsibilities of the Contractor: The Contractor shall: 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.Make any additional reports or supply data to BIE which may be required to evaluate and report on the provision of related services;3.Make appropriate travel arrangements including payment for costs to be paid upon competition of the scheduled work at the Tuba City Boarding School. 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; and5.Develop and provide all materials for professional development and technical assistance provided to schools, leadership team, staff, and/or BIE. Instructions to Quoters: All Quoters shall submit a quote consisting of a separate technical and price volume. The volumes shall be as follows: Volume One: Technical Quote and Volume Two: Price Quote. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. a.Basis of Award The Government will make an award based upon best-value. Technical factors as a whole are more important than price. The evaluation factors are as follows in descending order of importance: 1.Qualifications and Experience of Proposed Personnel2.Technical Approach3.Past Performance b. Volume 1: Technical Quote The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Quoter has an understanding of all requirements specified in the Statement of Work. The technical quote shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical quote so that the Offeror's understanding of the detail and complexity of the requirements may be evaluated. b.1Qualifications and Experience of Proposed Personnel The Contractor shall demonstrate that current and proposed staff has an appropriate range of relevant academic and applied experience as described in the Statement of Work. The Contractor shall also have experience working with Native American students and their families. The technical quote shall contain resumes of the proposed personnel along with a copy of their applicable Arizona certification/licenses. b.2Technical Approach The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. b.3Past Performance The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers, and other relevant information. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control, and Customer Satisfaction. Quoters should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. c.Volume 3: Price Quote The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. The price quote shall include travel as a separate line item on a Not-To-Exceed basis if applicable. The price quote shall be prepared as follows: 0001: Vision and Hearing Impaired ServicesEachTotal Cost$_______/student x4 =$__________ 0002: Travel (Not-to-Exceed)Not-to-Exceed =Total Cost(______/miles x $______/miles)NTE$__________ TOTAL: CLINS 0001-0002 = $__________ The Contractor shall provide a complete explanation for each item detailing the rationale used in developing the cost. In addition, the Quoter shall submit supporting documentation that will facilitate the determination of whether the amounts proposed are fair and reasonable, e.g., vendor quotes for commercial-off-the-shelf products or services. These items are critical, as the Government will evaluate the Quoter's quote for reasonableness and completeness/accuracy. An analysis will be done on a "total price" basis consistent with a fixed price methodology. d.Quote Submission Quotes must be submitted electronically via e-mail to Cathleen.Fraser@bia.gov in Word or compatible read-only format. Quotersshall also reference the RFP number in the subject line of their proposal. The RFQ Due date (closing date) for quote submission is on or before 2:00 pm Eastern Time, Friday, July 30, 2010. e.Basis for Award Award will be made the Quoter whose quote contains the combination of evaluated factors offering the best overall value to the Government. This will be determined by comparing differences in technical merit with differences in price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. SPECIAL PURCHASE ORDER REQUIREMENTS a.Background Investigation In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duites and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to purchase order award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involves contact with or regular control over Indian children. b. Travel The Contractor will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. The Contractor shall be reimbursed for actual allowable, allocable, and reasonable travel costs incurred during performance of this effort in accordance with the Federal Travel Regulations in effect on date of travel.The Contractor shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008) and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter 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 52.252-1Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2010); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-26 Equal Opportunity (Mar 2007); Equal Opportunity for Special Disabled Veterans, Veterans of the Vietman Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreigh Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). Department of the Interior Acquisition Regulation (DIAR): 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/D33N190376/listing.html)
 
Place of Performance
Address: Tuba City, AZ
Zip Code: 86045
 
Record
SN02220609-W 20100730/100728235257-3db1443d46d158ae0e6c554060f20ccf (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.