Opportunity: OT SERVICES

Description 

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 A17PS01483 and is issued as a 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 solicitation is full and open. 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 Occupational Therapy Services for Riverside Indian School (RIS). Occupational Therapy services are an essential component of the Special Education Program. Occupational Therapy will assist/allow the students to gain the maximum benefit from their learning at Riverside Indian School. Riverside Indian School is required by Public Law 101-476, Individuals with Disabilities Education Act (IDEA) and subsequent reauthorization under Public Law 105-17 (IDEA) 97 to provide specialized instructions for students identified in areas of specialized needs. The Occupational Therapist shall perform OT duties for the students identified through evaluation and according to student's Individual Education Plan (IEP). Description of Services: The Occupational Therapist shall perform Occupational therapy duties for the students identified through evaluation/IEP. Duties performed include: direct student care, evaluations, and documentation of evaluations and treatments provided as well as attending IEP meetings and consultation with SPED teachers/IEP team members. Frequency of service and amount of time for each shall be determined through the IEP team of which the Occupational Therapist is a member. The Occupational Therapist shall provide and maintain written documentation regarding evaluations, individual treatment sessions, and progress reports in accordance with all federal and state governing agencies and Riverside Indian School's policies. Contractor will give copies of these reports to the student's case manager/SPED teacher, who will provide copies to the parent(s). Contractor shall provide all testing materials. Conditions: Riverside Indian School and the Occupational Therapist agree and understand that the relationship between them is based on contract only and is not an employer/employee relationship. Riverside Indian School will be responsible for alerting the Occupational Therapist to any and all federal, state, and local regulations pertaining to the confidentiality of student records. The Occupational Therapist agrees to abide by such regulations. The contract shall be governed by the laws of the State of Oklahoma and the Bureau of Indian Education. During the term of this contract, Riverside Indian School will neither provide accident or health insurance to the Occupational Therapist nor any other fringe benefits. The Occupational Therapist will provide his/her own professional liability or malpractice insurance in such amounts as are satisfactory to the Riverside Indian School. PRICE SCHEDULE (utilizing your most competitive and reasonable rate): CLIN 010: Occupational Therapy 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 CLIN 020: Occupational Therapy 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 Contract will remain in place for the full calendar year, but no services will be needed during the summer months. It is anticipated that the period of services will begin in October 2017 through May 2018, with June and July being considered as summer months. Option Year One will begin in August 2018 and end in May 2019. The actual dates of performance shall be determined on a year to year basis by the School Administrative Staff with contractor being notified as soon as the schedule is determined. Period of Performance: 16 October 2017 through 31 July 2018 (Base Year) 1 August 2018 to 31 May 2019 (Option Year One) 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 A17PS01483 in the subject line of the email. 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). Invoices shall be submitted through Invoicing Processing Platform, for more information, please visit www.ipp.gov Deliver to: Riverside Indian School, 101 Riverside Drive, Anadarko, OK 73005. POC: Peggy Wahkinney, (405) 247-8940. 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 Occupational Therapy 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. Occupational Therapy 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, 52.233-4. FAR Clauses incorporated by reference: 52.204-7, 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 ret

Overview 
Reference number: A17PS01483
Issue date: 09/20/2017
Response due: 10/11/2017 01:00 PM US/Eastern

Set Aside: N/A
NAICS: 621340-Offices of Physical, Occupational and Speech Therapists and Audiologists
PSC / FSC: Q702-TECHNICAL MEDICAL SUPPORT

Agency: DOI

Contracting office:

BIA SPRO 00003
100 NORTH RIVERSIDE DRIVE
Contracting Office
Anadarko, OK 73005-0368


Place of Performance:




Contact: Margie Robinson
Phone: (405) 247-1580
Fax: (405) 247-2242
Email: Margie.Robinson@bia.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2024 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect