The RFP Database
New business relationships start here

SPEECH SERVICES


Oklahoma, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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.

The solicitation number for this procurement is A17PS01052 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Southern Plain Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ).

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 dated January 19, 2017.

This acquisition is set aside 100% for Small Business.

The associated North American Industry Classification System code (NAICS) is 621340 and the size standard is $7.5 Mil.

The Bureau of Indian Affairs (BIA) is soliciting offers for Speech Pathology and Language Services for Riverside Indian School (RIS).

PRICE SCHEDULE (utilizing your most competitive and reasonable rate):

CLIN 010: Speech Pathology and Language Services, SY 2017-2018 for Riverside Indian School students (the quoted pricing must be all inclusive; to include but not limited to fringe benefits, federal, state and local taxes).

Price: $_____________________/hour x 8 hours per week = $______________________

Services will only be performed one day a week during the school year beginning on 11 September 2017 through 10 May 2018.

CLIN 020: Speech Pathology and Language Services, SY 2018-2019 for Riverside Indian School students (the quoted pricing must be all inclusive; to include but not limited to fringe benefits, federal, state and local taxes).

Price: $_____________________/hour x 8 hours per week = $______________________

Services will only be performed one day a week during the school year beginning in August 2018 through May 2019.

Description of Services: The contractor shall be a licensed Speech Pathologist. Contractor shall provide Speech and Language Pathology services to students in grades 4 through 12 referred by the Riverside Indian School teachers/staff, in accordance with the policies and procedures established by the school, the state of Oklahoma, and the Bureau of Indian Education, and in accordance with the provisions of Public Law 105-17 (IDEA). Approximately 20 students are currently eligible but referrals from the teachers of the students needing evaluations/re-evaluations will determine the number of students requiring speech and language therapy services. The number of hours of service may increase or decrease during the school year based on the number of students being serviced.

Contractor shall provide necessary supplies, materials, and equipment (testing devices/aides) to perform the work. The Contractor shall be required to perform speech therapy services including evaluation, interpretation of the results, treatment, consultation and/or training on site (Riverside Indian School campus).

Upon completion of tests, the Contractor shall provide the Special Education Coordinator with detailed written reports regarding the performance of a student on the aforementioned tests. The Contractor shall attend the student's Individualized Education Program (IEP) meeting and interpret the test results. The Contractor shall make recommendations related to special education eligibility and needed services based on the student's needs and the requirement by law.

Contractor shall submit nine weeks progress reports to the case manager of each student serviced and a copy is to be mailed to the parent by the case manager.

All materials furnished or produced by the Contractor under this contract, including but not limited to documents, reports and correspondence shall remain confidential. The Contractor shall not release information relating to work performed, researched, or information derived under this contract to any person, groups, organization without expressed written consent of the Special Education Coordinator of Riverside Indian School.

All work shall be performed one day per week during normal business hours from 8:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor shall coordinate which day with the Special Education Coordinator of Riverside Indian School.

Period of Performance: 11 September 2017 through 10 May 2018 (Base Year)
            August 2018 to May 2019 (Option Year One)

Location: Riverside Indian School Campus, 101 Riverside Drive, Anadarko, OK 73005 (a testing location will be provided).


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 appropriate personnel at Riverside Indian School 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.

All questions shall be submitted via email to Margie M. Robinson at margie.robinson@bia.gov. NO PHONES CALLS PLEASE. Please reference solicitation number A17PS01052 in the subject line of the email.

PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition.

FAR 52.212-2 - 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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers:

Factor 1: Personnel Qualifications

Factor 2: Past Experience

Factor 3: Past Performance

All evaluation factors, when combined, are equal to cost or price.

(b)    Factor 1: Personnel Qualifications

1.    The offeror shall submit qualifications to perform Speech Pathology and Language services. Submit resume including any degrees or certifications that support qualifications to perform services. The factor will be rated as "Technically Acceptable" or "Technically Unacceptable."
2.    "Technically Acceptable" is defined as the item offered to the Government that meets the minimum requirements of the solicitation.
3.    "Technically Unacceptable" is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation.

(c)    Factor 2: Past Experience

1.    Speech Pathology and Language services for Special Education Programs at least two (2) years within the five (5) year period immediately preceding the release of the RFQ.

(d)    Factor 3: Past Performance

1.    The offeror's quote will be evaluated to determine the extent to which its past performance demonstrates the likelihood of successful performance in providing requirements similar in size, scope and complexity to the requirements identified in the RFP. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. An Offeror without relevant past performance will receive a neutral rating (i.e., neither acceptable nor unacceptable).

The evaluation of Past Performance will reflect the consideration of all relevant agency/customer information that is available to the Government, including both the information received from the offeror's references and information obtained from other sources.

(e)    AWARD PROCESS:

1.    The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either "Responsive" or "Non-Responsive."

2.     Responsive quotes will then be submitted for Technical Evaluation to determine those that are either "Technically Acceptable" or "Technically Unacceptable."

3.    "Technically Acceptable" quotations will be then ranked according to Price.

4.    The lowest priced offeror who is technically acceptable will receive the award.

FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision.

FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM
All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation.

FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-6, 52.203-19, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-3, 52.223-18, 52.225-13, 52.232-33, 52.233-3, and 52.233-4.

FAR Clauses incorporated by reference: 52.204-7, 52.217-9, 52.228-5, 52.232-1, 52.232-17, 52.232-19, 52.232-25, 52.232-39, 52.237-1, 52.237-2, 52.242-15, 52.243-1, 52.243-1 Alt. 1, 52.244-6, 52.246-4, 52.249-4 and 52.249-8.

DIAR 1452.201-70 Authorities and delegations.

As prescribed in section 1401.670-1, insert the following clause:
Authorities and Delegations (SEP 2011)
(a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work.
(b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment.
(c) The COR is not authorized to perform, formally or informally, any of the following actions:
(1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract;
(2) Waive or agree to modification of the delivery schedule;
(3) Make any final decision on any contract matter subject to the Disputes Clause;
(4) Terminate, for any reason, the Contractor's right to proceed;
(5) Obligate in any way, the payment of money by the Government.
(d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause.

(e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract.
(f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR.
(g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk.
(End of clause)
1452.228-70 Liability Insurance
1452.233-2 Service of Protest

Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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 sent to Peggy Wahkinney at peggy.wahkinney@bie.edu:

A copy of the contractor's official company invoice will be submitted listing purchase order number, date and time of services and list of attending students.

The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The 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.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services
This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government.

All questions shall be submitted via email to Margie M. Robinson at margie.robinson@bia.gov by Wednesday, 23 August 2017. NO PHONES CALLS PLEASE. Please reference solicitation number A17PS01052 in subject line of the email. Quotes are due on Thursday, 31 August 2017 at 3:00 pm (CDT). Quotes may be sent via email to Margie.robinson@bia.gov. Quotes shall be good for 45 calendar days after close of RFQ.

QUOTE SUBMISSION INFORMATION: Quote submissions must include the following items:
1. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number).
2. Personnel qualifications and prior experience, such as resume and certifications/licenses.
3. Pricing schedule completed as included on the first page of this RFQ document.
4. Past performance contact information for minimum of two and maximum of three references for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation and attached Statement of Work/Specification Document:
i. Company Name
ii. Company Address
iii. Company Point of Contact Name
iv. Contact Phone Number and E-mail Address
v. Description of Services
vi. Period of Performance
vii. If applicable, explanation of any problems or delays encountered.



Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments.

This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

Robinson, Margie

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP