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 -- PSYCHOEDUC/THERAPY

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
A16PS00841
 
Response Due
7/2/2016
 
Archive Date
7/17/2016
 
Point of Contact
Dempsey, Ella
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
The Bureau of Indian Affairs (BIA) is soliciting offers to procure Psycho-Educational Assessment/Therapeutic Counseling Services for BIE, Kayenta Community 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. A16PS00841 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 Indian Economic Small Business Enterprises (ISBEE). 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 AUGUST 2016. STATEMENT OF WORK: Psycho-Educational Assessment/Therapeutic Counseling Kayenta Boarding School, North Highway 163, Kayenta, AZ is in need of a contractor to provide Psycho-Educational Assessment and Counseling Services for 30 students who are identified as needing service. Students receiving this service are those requiring 3-year re-evaluations or newly referred students who may be disabled. Psych-educational Assessment: The Psycho-Education Assessment Services will be in accordance with P.L. 105-17 and 34 CFR, Part B, 25 CFR, #1-80 and Section 504 of the Rehabilitation Act of 1973, 29 USC 794. The period of service will be from (date of contract approval) thru June 30, 2016 at Kayenta Boarding School. The individual psycho-educational assessment service will include: 1.The administration of a battery of tests chosen in collaboration with the Special Education Department; 2.The scoring of all tests administered; 3.The interpretation of the test results; 4.The provision of a comprehensive written report describing the results of the assessment to the school within 30 days of the evaluation; 5.Documentation that parents and staff receive a copy of the individualized report; 6.Availability of the psychologist to participate in MDET/MDT/IEP meetings where the results of the testing are interpreted to parents/guardians and staff within 60 days of the evaluation; 7.Follow the Arizona Evaluation requirement format. The individualized written psycho-educational report will include: 1.Basic student data as furnished by the referral packet at the Kayenta Community School special Education Office; 2.Diagnostic statement categories listed in 34 CFR; 3.Reason for referral 4.Background information: educational status and history, health assessment, and prior evaluation history; 5.Behavioral observations; 6.Assessments as requested on permission to evaluate which may include: a.intelligence b.academic achievement c.social behavior d.perceptual abilities, e.emotional behavior f.ADHD g.Other assessments relevant to the performance of the individual child 7.Summary report 8.Recommendations for placement, instruction, social, medical, etc. The contractor will: 1.Be available for twenty days from the time this contract is approved through June 30, 2016, eight (8) hours per day. (This will average 2 days per month, however, due to scheduling conflicts, state assessments, school breaks, etc. scheduling monthly site visits may not be feasible.) 2.The school psychologist will arrange to meet with the MDT or IEP Committee for their annual review, re-evaluations, and other concerns; 3.Follow the Arizona Evaluation requirements as stated in section 300.352, Evaluation and Procedures; and 4.Attend all school IEP/MDT meetings to review documents and provide professional input concerning the service delivery for the student. 5.Sign in and out at the front office as documentation of services rendered and documentation of hours provided. Provide their current state certification to Kayenta Boarding School. Therapeutic Counseling Services: Kayenta Boarding School, Highway 163, Kayenta, AZ is in need of a contractor to provide Therapeutic counseling Services on-site beginning (date of contract approval) thru June 30, 2016. The contractor will provide one-on-one and small group counseling for fifteen students four times per month. These students currently have Individual Education Plans citing counseling as a related service needed for their own academic well-being and safety. The multidisciplinary team feels that these children need regularly scheduled counseling in such areas as anger management, grief, behavioral, and social issues. The contractor will conduct further assessment on identified students, amend IEP ¿s and develop a visitation schedule. The contractor will conform with P.L. 105-17 and 34 CFR, Part B; 25 CFR 45:1 ¿ 80 and Section 504 of the rehabilitation Act of 1973: 29 USC 794. The Therapeutic Counseling Service will include: 1.The administration of assessment chosen and/or approved by the school ¿s Special Education Department; 2.Scoring and short summaries of all assessments administered; 3.The interpretation of all assessment results; 4.Documentation that parents and staff receive a copy of the individualized summary; 5.Participation in MDT meetings to interpret results and respond to questions; 6.Provide therapeutic counseling in individual, small group, large group settings, four times a month. Schedule on the same days, provide IEP reviews and input on student ¿s progress and other related counseling service needs; 7.Provide Kayenta Boarding School with a copy of the service provider ¿s state certification. The provider must have a security background investigation clearance; and 8.Sign in and out of the front office as documentation as services rendered. The contractor will not be allowed to add service days and additional lodging without the modification approval from the contracting officer. 1. Psycho-Educational Assessment/Therapeutic Counseling performance period is from August 1, 2016 thru June 30, 2017. This requirement is a Firm Fixed Price Contract. A. Quotation Line Item: 1. Services @ $____________ per day X 20 visits = $___________ ( fee shall include testing, psycho-educational report and attendance) 2. Counseling Services @ $_______ per day X 40 visit = $___________ (fee shall include individual and group counseling) 3. One Professional Development Training @ $____________ 4. Travel ________ miles x $_____ miles X ___ days $_________ 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. Services @ $____________ per day X 20 visits = $___________ ( fee shall include testing, psycho-educational report and attendance) 2. Counseling Services @ $_______ per day X 40 visit = $___________ (fee shall include individual and group counseling) 3. One Professional Development Training @ $____________ 4. Travel ________ miles x $_____ miles X ___ days $_________ 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. 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; 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013); 1452.280-2 Notice of Indian economic enterprise set-aside.(JUL 2013); 1452.280-3 Subcontracting limitations. Jul 2013; 1452.280-4 Indian economic enterprise representation. 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/A16PS00841/listing.html)
 
Record
SN04166658-W 20160701/160629235504-ef89bf365b66b42cc90b82b422a5cc11 (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.