Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

U -- VISION SERVICES BIE, KAIBETO BOARDING SCHOOL

Notice Date
6/29/2016
 
Notice Type
Presolicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A16PS00848
 
Response Due
7/2/2016
 
Archive Date
7/17/2016
 
Point of Contact
Dempsey, Ella
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Indian Affairs (BIA) is soliciting offers to procure Orientation and Mobility for BIE, Tuba City Boarding School. 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. A16PS00848 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 2005-88. The solicitation is set aside 100% for Total Small Business. The NAICS Code is 611710 Size Standard is $15.00. THIS REQUIREMENT IS URGENT AND RESPONSE TIME IS SHORT - IT IS IMPERATIVE FOR THESE SERVICES TO BEGIN JULY 2016. STATEMENT OF WORK: Vision Impaired Contract Services at Kaibeto Boarding School Contractor shall give direct specialized instruction for student vision or hearing services according to IEP. Contractor will provide appropriate equipment and materials, specialized adaptations, monitoring and repair. All student services will be logged and maintained. Contractor shall consult and work with other staff to provide optimum student services. Contractor will offer in-service to regular students on vision impairment. Contractor will offer consultation to staff on classroom/school physical adaptations. Contractor will provide optometrist consultation. Contractor shall be available for staff and/or parent training, to give information in the area of expertise. Contractor will provide suggested appropriate goals and objectives for student IEP development. Student progress reports will be written and given to parents according to IEP. Assessment Services: Contractor will provide assessment services for initial and reevaluation of student eligibility as determined needed by team. Contractor shall provide comprehensive test results of student assessment. Contractor shall attend a MET meeting with parents to explain and interpret test results and to respond to questions. Contractor shall complete evaluation summary reports on all evaluations. Contractor shall provide own testing materials. Contractor shall sign in at front office for attendance cross referencing. Contractor shall submit a monthly-summarized invoice. Invoice shall contain the following information: a.Purchase order number b.Date of services c.Initials of students d.Time spent with students e.Evaluation information to include student initials Students shall be fully evaluated according to strict Federal Guidelines and Arizona State guidelines. Tests and other Evaluation materials used to assess a child shall be selected and administered so as not to be discriminatory on a racial or cultural basis. Location of service site: Kaibeto Boarding School The contractor will not be allowed to add service days and additional lodging without the modification approval from the contracting officer. This requirement is a Firm Fixed Price Contract. A. Quotation Line Item: (1) 40 total visits X $__________ = $_________ (2) 40 hotel rooms at $_________ = $_________ (3) Travel: 402 miles roundtrip X 40 trips X $_____ = $ (4) Possible travel to visit the Arizona State Schools for the Deaf and the Blind in Tucson, Arizona, no hotel, 8 hours X &_______ = $_______ and mileage $______ X 1,069 miles roundtrip = $__________, total for trip $__________ (5) Possible trip to the Phoenix, Foundation for Blind Children, 8 hours X $_______ per hour = $________. Mileage: $_________ X _______ miles round trip, Hotel: $_______, Total for trip: $_____________ TOTAL COST : $______________ B. Additive Items: Additive items will be included in the purchase order by modification on as needed basis. The services may increase or decrease due to number of students enrolled. (1) 40 total visits X $__________ = $_________ (2) 40 hotel rooms at $_________ = $_________ (3) Travel: 402 miles roundtrip X 40 trips X $_____ = $ (4) Possible travel to visit the Arizona State Schools for the Deaf and the Blind in Tucson, Arizona, no hotel, 8 hours X &_______ = $_______ and mileage $______ X 1,069 miles roundtrip = $__________, total for trip $__________ (5) Possible trip to the Phoenix, Foundation for Blind Children, 8 hours X $_______ per hour = $________. Mileage: $_________ X _______ miles round trip, Hotel: $_______, Total for trip: $_____________ TOTAL COST : $______________ TRAVEL COST: Reimbursement of travel costs shall be in accordance FAR 31.205-46. The Government will reimburse the consultant the actual expense incurred of his/her travel when supported by copy(s) of the receipts as a detail breakdown submitted with each invoices. The reimbursement 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 utilizing the most current Federal Travel Regulation (GSA Per Diem Rate). Consultant ¿s reimbursement for travel when services are provided at a Government site or other site as may be specified and approved by the COR under this effort. All travel shall be approved, by the COR, prior to commencement of travel. NON-PERSONAL SERVICES - Non-Personal Health Care Services This contract is a non-personal services contract, under which the contractor is an independent contractor. The Government may evaluate the quality of professional services provided. The Contractor is required to indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the specialty concerned.. THE CONSULTANT SHALL COMPLY WITH BACKGROUND INVESTIGATION AS FOLLOWS: 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. The award will be made to the lowest priced offeror, whose quotation is conforming to the requirement herein and will be most advantageous to the Government, and is fair and reasonable. 52.212-2 Evaluation-Commercial Items. EVALUATION-COMMERCIAL ITEMS (OCT 2014) (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. Familiarity with locations 2. Technical Approach 3. Past Performance Technical and past performance, when combined, are significantly more important 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. The Federal Acquisition Regulation clauses and provisions are available on the website at http://www.acquisition.gov/far or may be requested from the Contracting Officer. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-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 52.219-6 Notice of Total Small Business Set Aside; FAR 52.222-3 Convict Labor; FAR 52.232-36 Payment by Third Party; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.211-16, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.232-18 Availability of Funds; FAR 52.217-8, Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-36; Payment by Third Party; FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (DEVIATIONS) Department of Interior Regulations (DIAR): 1452.204-70 Release of Claims 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; Electronic Invoicing and Payment Requirements ¿ Internet Payment Platform (IPP) Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. Contractor qualified to deliver these services are to submit a signed and dated quotation, DUNS number: __________________, to Bureau of Indian Affairs, Navajo Regional Office, Branch of Acquisitions, Attention: Ella M. Dempsey, P. O. Box 1060, Gallup, New Mexico 87305. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: ella.dempsey@bia.gov Any further questions regarding this announcement may be directed to Ella M. Dempsey, Contracting Officer, at (505) 863-8335, by fax at (505) 863-8382. All contractors submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A16PS00848/listing.html)
 
Record
SN04165658-W 20160701/160629234602-a4ae272bbd17b7602fa6834774d36b0e (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.