Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

U -- U - Vision Impairment Professional Services for Many Farms High School.

Notice Date
1/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS00358
 
Response Due
1/20/2012
 
Archive Date
1/9/2013
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A11PS00358 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. DESCRIPTION: STATEMENT OF WORK Background and Purpose: The Bureau of Indian Education, Navajo Nation, serves as a branch of the State Education Agency (SEA) for several elementary and secondary schools and dormitories serving the Navajo Reservation students located in the states of Arizona, New Mexico, and Utah. The scope of work calls for professional related services to assist the targeted Navajo schools in implementing the special education and related services as authorized under PL 108-446 Individuals with Disabilities Education Improvement Act (IDEIA). The purpose of the IDEIA program is sto improve academic achievement of students with disabilities and introduce strict accountability measures to hold schools, districts, and states responsible for the academic results of students 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. The school is Many Farms High School, Many Farms, Arizona Position: Vision Impairment Teacher, Certified in the State of Arizona Identified Students: Based upon current enrollment, two students require Vision Impairment services for SY 2011-2012 at approximately 16 hours per month. Objective: To ensure the provision of Vision Impairment services to identified and referred students in accordance with PL 108-446, the Individuals with Disabilities Education Act of 2004:1Individual Vision Screenings to determine the need for a full reevaluation2.Evaluation/Assessment, including review of medical and educational records3.Completion of Evaluation Report with recommendation4.Participation in IEP/MDT meetings to discuss the evaluation results and recommendations with student, family, and school staff5.Training of family and/or staff in the implementation of IEP recommendations6.In-Service Training for staff, parents, and school board members7.Braille Instruction as indicated by student's IEP8.Orientation and Mobility Instruction as indicated by student's IEP9.Referral as necessary to other agencies (IHS Eye Clinic, ASDB, etc.) Responsibilities of All 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.Prepare any additional reports or supply data to the LEA or BIE as required to evaluate and/or 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 Federal Travel Regulations. 4.Provide written reports and other documentation of services (i.e., evaluation forms, attendance sheets, service logs) 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). Contractor Tasks: The Vision Impairment teacher will meet with two currently Identified Visually Impaired students individually and as a group. Service sessions will focus, as delineated in each student's IEP, on developing awareness of the challenges of each student's particular Vision Impairment and self-advocacy skills, Braille instruction, and orientation and mobility instruction. The Vision Impairment teacher will also conduct Vision Screening and Vision Evaluations. Delivery: The Vision Impairment teacher will meet with identified students after the conclusion of the regular school day so as not to disrupt the students' involvement in the general education curriculum. Services will be delivered in the Special Education Resource Room at Many Farms High School. Government Furnished Property: The Vision Impairment teacher will have access to select student Special Education folders and NASIS files. The school will furnish working space, a computer, and supplies. Technical staff will be available when necessary. Security: The Vision Impairment teacher will have undergone all required background checks and been cleared to work with students. The Vision Impairment teacher will have also completed online security training required for access to the BIE computer network. The Vision Impairment teacher will be required to sign in and out each day at the Security Desk in the main classroom building at Many Farms High School. He/she will wear a Visitor's Badge while on campus. The Vision Impairment teacher will only be on campus during regular school hours and after school hours until the evening activity bus run. A staff member will always be present while the Vision Impairment teacher is on campus. Place of Performance: The Vision Impairment teacher will participate in IEP/MDT meetings and/or work students in the Special Education Resource Room in the main classroom building at Many Farms High School, typically after the regular school day (from 3:25pm to 5:50pm). Vision Screening may be conducted in a separate location on campus, such as the gym, during the regular school day (8:05 am to 3:25pm). Period of Performance: The Vision Impairment teacher will commence providing services on from date of award to May 20, 2012. Security: The Vision Impairment Therapist is required to have received the security clearance through the Bureau of Indian Education - Security Office. Period of Performance: Date of Award thru May 30, 2012 FAR 52.212-02: Evaluation -Commercial Items:(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: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than 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. M.1 52.217-05, Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award:Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 EvaluationThe Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation FactorsFactor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance Factor I - Technical Capability quote for Consultant Services, will work with student, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for Consultant Services, will work with student, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path.c) Submit a resume along with a letter of commitment for all key personnel. Factor III - Past Performance for Consultant Services, will work with student, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Complete and submit Appendix II. APPENDIX II: Past Performance Questionnaire1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what did the you do to fix it?11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How did you perform considering technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. If you used subcontractors, What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Have you performed other past efforts with the any other agency? 16. What are your company's strong points or what the reference liked best? TRAVEL:Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant 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. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. 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 duties 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 an 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 involve contact with or regular control over Indian children. Award will be made based on best value trade-off evaluation of offers, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: FAR 52.233-03; FAR 52.233-4; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.232-18; FAR 52.232-19; FAR 52.232-30; FAR 52.232-33; FAR 52.232-36; FAR 52.222-36; FAR 52.223-18;FAR 52.211-18; FAR 52.204-06; 52.216-01; FAR 52.203-15, DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program; 1450-0016-001, Homeland Security Presidential Directive 12 (HSPD-12); 1452-204-70, Release of Claims; Background Investigations Requirement; Federal Travel Regulations. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, by close of business, 4:30 P.M., Local Time, January 20, 2012. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: mary.jim2@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8257, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00358/listing.html)
 
Place of Performance
Address: Many Farms High School,Many Farms, Arizona
Zip Code: 86538
 
Record
SN02651726-W 20120112/120110234345-5c2c4ef2e77f5022e89c51d77408ba7f (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.