Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
MODIFICATION

D -- Program Services for the 2004 Annual Report and Report Card Modifications and the Development of ADM and ISEP Modules to the Existing Database

Notice Date
2/20/2004
 
Notice Type
Modification
 
Contracting Office
BIA/OIEP/SCHOOL OPERATIONS; BRANCH OF CONTRACTS & GRANTS; P.O. BOX 829; ALBUQUERQUE, NM 87103
 
ZIP Code
20191
 
Solicitation Number
RMK0E040031
 
Response Due
2/25/2004
 
Archive Date
2/26/2004
 
Point of Contact
Dianne Gutierrez (505) 248-6953
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to incorporate the following revised section of the combined synopsis/solicitation due to unrecognized characters appearing in the original section of the combined synopsis/solicitation: This office is requesting quotes on the following item: 0001 Provide all travel, supplies, supplies, materials, and personnel to apply the yearly updates to the Annual Report, add the Average Daily Membership, and the Indian Student Equalization Program Modules in accordance with the Scope of Work (SOW), which is as follows: PERFORMANCE WORK STATEMENT. INTRODUCTION: Responsive to the yearly updates to the Annual Report required by the Department of Education and added requirements by the No Child Left Behind Act (NCLB) negotiated rulemaking. Design and develop a centralized OIEP Intranet web-based database supplementing the Annual Report database (AR) with an Average Daily Membership (ADM), and Indian Student Equalization Program (ISEP) modules. BACKGROUND: Monitoring is the primary accountability mechanism for the Office of Indian Education Programs to ensure that each federally funded school meets the educational standards and requirements of the IDEA 97, NCLB, and the Department of Education. The OIEP Intranet web-based Annual Report gathers information about the schools progress in meeting academic standards. The Annual Report database was originally designed in MS Access in 1999 to meet Department reporting requirements and was available through the OIEP Citrix server. In 2002, the access database was updated to comply with the Department of Education yearly requirements and redesigned to correct print problems with a web based html interface. The Bureau of Indian Affairs (BIA) began Negotiated Rulemaking as required in the No Child Left Behind Act (NCLB) on June 13, 2003 in Albuquerque, NM. Under section 1138 of the Act, the Secretary of the Interior must develop proposed regulations related to several areas of Indian Education using the negotiated rulemaking. The Secretary has selected Federal and Tribal representatives to represent the interests that will be significantly affected by the final rule to serve as an advisory committee to negotiate and provide recommendations for the proposed rule. Negotiated rulemaking allows the Department of Interior (DOI), BIA, OIEP and the affected Tribal interest on the committee to discuss possible approaches to various issues and to negotiate the content of the regulations before the proposed rule in published. Requested changes on two new modules will be incorporated, which are Average Daily Attendance and Average Daily Membership. This integration will provide OIEP management and Schools with daily and monthly reporting and statistical capabilities to effectively generate accurate and timely numbers for funding distribution to schools. SCOPE: The scope of this performance work statement is to apply the yearly updates to the Annual Report, (AR) and add the Average Daily Membership (ADM), and Indian Student Equalization Program (ISEP) modules. REQUIRED QUALIFICATIONS: The contractor must have experience, knowledge and educational background to include: (1) P.L. 105-17 and P.L. 107-110 requirements and regulations (2) IEP forms and content (3) Direct and related services and other legal requirements of IDEA and NCLB. (4) State assessment and alternate assessment systems (5) Interpretation of OIEP school data (6) Knowledge and expertise in the following IT technologies, not limited to: Oracle, Security, Windows Network Operating systems, Service 3000, Web Services, Security Trends, Microsoft Office Suites, Microsoft SQL server and access data management, desktop platforms, asp (dot) net web matrix and MS Front Page. (7) OIEPs WAN and Information Technology infrastructure (8) Knowledge of DOI, OICO and OIEP security standards for web servers and the OIEP wide area network (9) 9) Experience and expertise in Data Management Concepts, Warehousing, Data Mart designs, Statistical Sampling and Data Modeling Techniques (10) Working Knowledge of the OIEPs education data requirements and program requirements to lessen the learning curve to meet required deadlines (11) The contractor must have knowledge of the Bureau of Indian Affairs, Office of Indian Education Programs organizational structure and Public Law 100-297, Tribally Controlled Community Schools Act, in addition to having knowledge of various Indian community settings. PERFORMANCE REQUIREMENTS: TASK A: ADM (Average Daily Membership) Module. (1) The Contractor will design an OIEP Intranet web-based module to capture average daily attendance and average daily membership to ensure accurate funding distribution to the schools. (2) The ADA or ADM module will be incorporated into the existing web-based Annual report. (3) The system will be designed with State level access to monitor reporting progress by OIEP directorate (4) The ADM module will meet DOI data and security standards. (5) The design will incorporate detailed discussion of both the proposed content and technical functioning and related databases, responsive to the scopes of this task. The design must also address how the system will be readily amenable to expansion and change as part of yearly updates and maintenance. (7) The Contractor will design a simple map or graphic interface displaying all related modules. TASK B: Web AR Updates (1) Automatic interfaces from the ADM to the WebAR. (2) Special Ed data collection: Enrollment for Math assessment Participation in math assessment Enrollment for reading assessment Participation in reading assessment Bureau-wide summary web views School summary web view Bureau wide printouts School summary printouts (3) Update the WebAR Annual Report questionnaire to include 2004 Government Performance and Results Act (GPRA) goals set by OIEP. TASK C: Web-based ISEP student population and statistical data collection. (1) Database installation, definition, 2002-2003 data conversion, security setup, and login asp (dot) net pages. (2) School Data entry, report pages, and online help. (3) Administrative login, review and report pages, and documentation. TASK D: Documentation and Maintenance Guide Contractor shall prepare and submit to for approval a document, which will contain: (1) Documentation of website code and design. (2) Documentation of database design and reporting. (3) Practical instructions on how to add content and made minor changes to the site as part of site maintenance. GOVERNMENT FURNISHED REFERENCES: (1) Annual Report detailed modifications (2) ISEP Data for School year 20022003 (3) ISEP Reports for School year 20022003. SCHEDULE: The Contractor must submit to the Contracting Officers Technical Representative for review and approval the following deliverables according to the following schedule: Schedule of Deliverables TASK A, Deliverable: ADM Module, Due Date: March 1, 2004; TASK B. Deliverable: WebAR Updates, Due Date: March 26, 2004; Task C, Deliverable ISEP (Task C.1. Database & Security Due Date: April 16, 2004), (Task C.2. School data entry and report pages, Due Date: May 21, 2004); (Task C.3. Administrative status, summary and report pages, Due Date June 18, 2004); TASK D, Deliverable: Documentation, Due Date June 25, 2004. The Quality Assurance Surveillance Plan (QASP). The ADM and ISEP modules will be tested and installed on a designated test bed server and utilized by OIO IT Specialists, OIEP program personnel, selected schools and ELO line officers on a trial basis for a 30-day period before acceptance. The QUANTITY is One (1), The UNIT is Lump Sump. Please Provide a Breakdown of your costs. Closing Date of Quote is February 25, 2004, 1:00pm local time. Please include your TAX ID Number, CAGE Number, and DUNS Number when submitting your quote. The following FAR Provisions or Clauses apply to this request for quotation and are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions – Commercial Items (SPR 1998). Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the Contracting Officer to receive a copy. Provision 52.252-1 Solicitation Provisions Incorporated by reference. Offeror shall provide the price (lump sum amount, with a breakdown of costs) to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, The Contracting Officer will make their full text available (End of Provision). The provisions at FAR 52.212-1 Instructions to Offerors – Commercial Items, FAR 52.212-3 Offeror Representations of Certifications all apply to this acquisition. Clauses Incorporated by Reference, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-1 Buy American Act-Balance of Payments Program-Supplies, FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.225-15 Sanctioned European Union Country end Products, FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims. FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS section of SOW 1b. Technical Approach: Describe approach, including comprehension of requirements to accomplish SOW. 1c. Personnel Qualifications: Provide Resumes 1d. Past Experience: List contracts that are of comparable size and complexity. 2) Price 3) Past Performance: Provide names of companies, point of contact for references. The period of performance shall be from Date of Award through September 30, 2004. Award will be based on lowest responsive overall acceptable quote, as submitted by a responsible offeror & ability to provide all the above requirements. Pricing will include all charges/fees. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. You may mail your quote to BIA/OIEP/School Operations, Division of Contracting and Grants, 500 Gold Avenue SW, 6th Floor, Albuquerque, NM 87103, or you can fax your quotes to (505) 248-6941. Please limit quotes to 10 pages total. If there are any questions concerning the scope of work, direct your questions to the project manager, Jim Issues at (505) 248-6352. This is the only change and a written amendment will not be issued. All previous terms and conditions still apply.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOI/BIA/RestonVA/RMK0E040031/listing.html)
 
Record
SN00527448-F 20040222/040220232930 (fbodaily.com)
 
Source
FedBizOpps.gov 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.