Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

U -- Consultant Services for the Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP), Center for School Improvement (CSI), Reading First Program

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
BIA/OIEP/SCHOOL OPERATIONS; BRANCH OF CONTRACTS & GRANTS; P.O. BOX 829; ALBUQUERQUE, NM 87103
 
ZIP Code
87103
 
Solicitation Number
RMK0E040036
 
Response Due
3/23/2004
 
Archive Date
3/24/2004
 
Point of Contact
DIANNE GUTIERREZ (505) 248-6953
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, RMK0E040036, is issued as a Request for Quotes (RFQ) under test procedures of FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. The North American Industry classification (NAICS) code is 61171 and the business size maximum is $5.0 Million. The proposed contract is set aside for small businesses. All responsible small business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 0001 BASE YEAR: Provide all travel, supplies, supplies, materials, and personnel to provide consultant services for the BIA, OIEP, CSI, Reading First Program in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Day. 0002 OPTION YEAR ONE (1): Provide all travel supplies, materials, and personnel to provide consultant services for the BIA, OIEP, CSI, Reading First Program in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Day. 0003 OPTION YEAR TWO (2): Provide all travel, supplies, supplies, materials, and personnel to provide consultant services for the BIA, OIEP, CSI, Reading First Program in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Day. IDIQ contracts shall be awarded which identify a fixed price daily rate for the base and option years. The Government intends to award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a base year and two (2) one year options. The period of performance for the base year is from Date of Award through September 30, 2004. The POP for Option Year One is from October 1, 2004 through September 30, 2005. The POP for Option Year Two is from October 1, 2005 through September 30, 2006. Multiple Awards shall be made. Awards shall be made to companies to provide one more items delineated under the OBJECTIVES section of the SOW. One or more awards shall be made for each item delineated under the OBJECTIVES section of the SOW. The Government shall issue task orders against the IDIQ contracts for the items delineated under the OBJECTIVES section of the SOW when a need arises. Task orders shall be issued on a fixed price basis utilizing the fixed price daily rate awarded in each IDIQ contract and travel costs shall be paid in accordance with the Federal Travel Regulations. Each award shall be numbered sequentially for each item delineated in the SOW OBJECTIVES section. The Government shall place the first task order with the first IDIQ contractor, the second task order with the second IDIQ contractor, etc. in order to provide awardees a fair opportunity to be considered for each order. The minimum value of each contract shall be one task order per POP for a minimum value of not less than $500.00. The maximum value of each IDIQ contract shall be twenty task orders per POP for a maximum value of not more than $1,000,000.00. The task order ombudsman shall be: Name: Dianne Gutierrez, Contracting Officer, Address: P.O. Box 829, Albuquerque, NM 87103; Telephone: (505) 248-6953; Fax: (505) 248-6941; EMAIL: dgutierrez@bia.gov. The Scope of Work (SOW) is as follows: BACKGROUND: The Bureau of Indian Affairs, Office of Indian Education Programs serves as a state education agency (SEA) for 184 elementary and secondary schools and dormitories serving 47,671 students located in 23 states on 63 American Indian reservations. The scope of work calls for professional education consulting services to assist the BIA, OIEP in implementing their Reading First program, authorized under P.L.107-110, Title I, Part B, Subpart 1, ???No Child Left Behind Act.??? The purpose of the Reading First program is ???to establish reading programs for students in kindergarten through grade 3 that are based on scientifically based reading research, to ensure that every student can read at grade level or above not later than the end of grade 3.??? Approximately 16 schools will be funded sub-grant awards through a competitive process to implement a K-3 reading program based on the scientifically based research components that include phonemic awareness, phonics, fluency, vocabulary, and text comprehension. OBJECTIVES: 1. Provide technical assistance and training to schools receiving sub-grant awards in order to assist the SEA with overall implementation of the Reading First Program. 2. Provide technical assistance and professional development for leadership and reading coach trainings. 3. Analyze data results from Reading First schools and assist the SEA in developing improvement plans and strategies that aid schools in implementing successful Reading First programs. 4. Assist with school on-site reviews, monitoring and program evaluations with priority given to schools that are struggling to implement their Reading First Programs. 5. Meet with and provide information to the BIA Reading Leadership Team as requested to strengthen continuing professional development and systematic improvement support to state level Reading First program staff; school level instructional leaders,K-3 reading teachers, and K-12 special education staff. 6. May serve as an outside expert for program evaluations and provide ongoing feedback to SEA Reading First Program staff regarding challenges and promising practices encountered in BIA Reading First Schools. 7. Assist SEA Reading First program staff with identification and evaluation of professional development providers to be utilized at Reading First schools. 8. Assist SEA Reading first program staff with national, regional and/or local presentations or trainings as requested. 9. Assist the BIA, OIEP, CSI Reading First staff in producing the required progress report to the Secretary of Education due 60 days after the termination of the third year of the grant period. The report shall contain information on reducing the number of students served under the Reading First program in grades 1, 2, and 3 who are reading below grade level (as demonstrated by such information as teacher reports and school evaluations of mastery of the essential components of reading instruction that include: include phonemic awareness, phonics, fluency, vocabulary and text comprehension). The report shall also include evidence that the SEA has significantly increased the number of students reading at grade level or above for each of the subgroups of students who are (1) economically disadvantage (2) from a major racial or ethnic group (3) identified with a disability or (4) identified with limited English proficiency. QUALIFICATIONS OF EXPERT PROVIDER: A. Knowledge, skills and abilities required of expert Provider: 1. A minimum of 10 years experience that includes a combination of classroom teaching experience at the pre-kindergarten to 3rd grade levels and experience providing professional teacher in-service in the area of reading to schools, local educational agencies at the district level, and state educational agency. 2. Demonstrated knowledge of preparing teachers to teach reading at the undergraduate or graduate level in an institution of higher education and or through teacher in-service professional development with knowledge of: a. information on instructional materials, programs, strategies, and approaches based on scientifically based reading research, including early intervention and reading remediation materials, programs, and approaches and b. instruction in the use of screening, diagnostic, and classroom-based instructional reading assessments and other scientifically based procedures that effectively identify students who may be at risk for reading failure or who are having difficulty reading. 3. Proven ability to: a. successfully implement a program or programs of reading instruction based on scientifically based reading research and b. analyze information gathered from screening, diagnostic, and classroom based instructional reading assessments. 4. Expertise in national informational resources that will support the needs of BIA staff in effectively implementing and maintaining Reading First programs. 5. Demonstrated knowledge of language acquisition of culturally diverse student populations, especially American Indian, Alaska Native, or native Hawaiians, or other indigenous peoples. RESPONSIBILITIES OF THE PROVIDER: 1. Meet with BIA, OIEP, CSI, (SEA) Reading First staff to receive project orientation and review timeline and deliverables within one week after award of the contract. 2. Meet with the BIA, OIEP, CSI (SEA) Reading First staff in Albuquerque, NM to provide face-to-face quarterly updates. 3. Meet with BIA, OIEP, CSI (SEA) Reading First staff via teleconference within one week of any on-site reviews and or technical assistance/training activities to provide update on the findings with recommendations to assist school in implementing a successfully Reading First program. 4. Make appropriate travel arrangements including payment of costs to be paid upon completion of work assignment for scheduled meetings with the BIA, OIEP, CSI Reading First program staff. 5. Make appropriate travel arrangements including payment of costs to be paid upon completion of work assignments for on-site visits/technical assistance to schools. 6. Provide written reports and other documentation of services (i.e., evaluation forms, attendance sheets, etc.) for specific services as requested by CSI Reading First program staff. 7. Develop and provide all materials for professional development and technical assistance. TIMELINE: 1. The contractor must be available to provide services beginning March 29, 2004. Service provisions will be scheduled with each provider on an individual basis when determination of the required consulting need is made. Contractors may be identified to perform specific objectives within the scope of work given a particular area of expertise. 2. This contract will be awarded with a base year with two one year options. Closing Date of Quote is March 23, 2004, 9:00am local time. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), 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, FAR 52.217-5 Evaluation of Options; FAR 52.217-8, Option to Extend Services (Para one, 60 days); 52.217-9 Option to Extend the Term of the Contract Para(a)60 days, Para (c)three years); FAR 52.216-18 Ordering (para a, Date of Award through September 30, 2004 with two option years); FAR 52.216-19 Order Limitations (Para a, $100.00; Para b (1) $500,000.00; Para b(2) $500,000.00 Para 3, 30 days); FAR 52.216-22 Indefinite Quantity (Para d, September, 30, 2004 with two option years); FAR 52.216-27 Single or Multiply Awards; 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 QUALIFICATIONS OF EXPERT PROVIDER 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. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide 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, Branch 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 technical questions concerning the scope of work, direct your questions to the project manager, Lynann Barbero, at (505) 248-7525.
 
Record
SN00536761-W 20040306/040304223112 (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  © 1994-2020, Loren Data Corp.