Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

U -- Title IV 21st Century Schools, Part A, Development, Training, Technical Assistance and Coordination Activities to the Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP), Center for School Improvement (CSI)

Notice Date
3/26/2004
 
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
RMK0E040038
 
Response Due
4/2/2004
 
Archive Date
3/31/2004
 
Point of Contact
DIANNE GUTIERREZ (505) 248-6953
 
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, RMK0E040038, 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 Indian Owned Business under the authority of the Buy Indian Act (25 U.S.C. 47). All responsible Indian Owned business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 0001 Training Services: Provide all travel, supplies, supplies, materials, and personnel to develop and provide Title IV, Part A ??? Safe and Drug Free Schools and Communities (Title IV, Part A SDFSC) training services for the BIA, OIEP, CSI, which includes but not limited to the development, training, technical assistance and coordination activities to BIA funded schools and dormitories. The QUANTITY is One (1), The UNIT is Lump Sum. The Period of Performance shall be from Date of Award through December 30, 2004. The Scope of Work (SOW) is as follows: BACKGROUND. P.L.107-110, No Child Left Behind was enacted by the Congress of the United States of America, on January 8, 2002. Title IV, Part A, SDFSC Sec. 4002 states, The purpose of this part is to support programs that prevent violence in and around schools; that prevent the illegal use of alcohol, tobacco, and drugs; that involve parents and communities; and that are coordinated with the Federal, State, school, and community efforts and resources to foster a safe and drug-free learning environment that supports student academic achievement, through the provision of Federal assistance to (3) States for development, training, technical assistance, and coordination activities. PURPOSE. The purpose of this solicitation is to develop curriculum and training to provide Title IV, Part A SDFSC development, training, technical assistance, and coordination activities to BIA funded schools and dormitories. Objective 1: To develop curriculum that will be utilized to provide instruction to BIA funded school and dormitories in the development of Title-IV, Part A SDFSC programs under the guidelines contained in P.L. 107-110 Sec. 4114. Local Educational Agency Programs. Task 1-1: The contractor shall research and develop a curriculum to address Staff Development in the area of program development, implementation, and evaluation under the provision of P.L. 107-110 Sec 4114. Said curriculum will made available to the BIA/OIEP/CSI for review prior to implementation of training. Objective 2: To implement training at BIA funded schools and dormitories in the development, implementation, and evaluation of Title-IV, Part A SDFSC programs. Task 2-1: Upon approval of the curriculum the contractor will develop a schedule to provide training in the development, implementation, and evaluation of Title-IV, Part A to the schools and dormitories that receive services at the following BIA/OIEP Education Line Offices (ELO). The contractor shall consult and coordinate with the Education Line Officer at the prescribed ELO to coordinate the training. 1.Rocky Mountain Regional Office 2.Cheyenne River Agency 3.Crow Creek/Lower Brule Agency 4.Oklahoma Education Office 5.Midwest Regional Office 6.Pine Ridge Agency 7.Northwest Regional Office 8.Pacific Region Office 9.Standing Rock Agency 10.Turtle Mountain Agency 11.Rosebud Agency 12.Chinle Agency 13.Western Navajo 14.Eastern Navajo 15.Fort Apache Agency 16.Fort Defiance Agency 17.Hopi Agency 18.Northern Pueblos Agency 19.Papago Agency 20.Pima Agency 21.Shiprock Agency 22.Southern Pueblos Agency Task 2-2: The contractor shall carry out training at each of the 22 prescribed sites for the purpose of instructing school and dormitory staff in the development, implementation, and evaluation of Title IV, Part A SDFSC programs using the curriculum approved by the CSI. Task 2-3:The contractor shall provide an objective evaluation of the training at each of the prescribed sites. The evaluation instrument shall be developed by the contractor, but must receive approval from the CSI. The ELO shall provide an evaluation consisting of the evaluation form and a brief narrative of the training. Objective 3: Report and Evaluation of the overall training activity. Task 3-1:The contractor shall provide a final report and formative evaluation of the overall training activity. The report/evaluation shall be in narrative form and shall contain quantitative data as needed to support the report/evaluation. The report/evaluation shall also contain concerns and recommendation for future training initiatives. TIMELINES:The contractor shall provide a completed copy of the proposed curriculum to the CSI no later than April 30, 2004. The contractor shall initiate the training process at the 22 prescribed Field ELO no later than May 15, 2004. The contractor shall complete the training at the 22 prescribed ELO no later than December 30, 2004. The contractor shall deliver the final report to the CSI no later than December 30, 2004. QUALFICATIONS OF EXPERT PROVIDER: 1.Contractor must have previous contractual experience for training multiple sites. 2.Contractor must have experience and knowledge of BIA/OIEP/CSI Title-IV-A SDFSC training curriculum. 3.Contractor must have Doctoral level (Advanced Degree in Education or Behavioral Services) staff as part of the training team. 4.Contractor must have knowledge of conceptual models that can be utilized to address adult training needs. Closing Date of Quote is April 2, 2004, 4:00pm 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 RFQ and are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions ??? Commercial Items. 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 (CO) 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 CO 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 apply to this acquisition. Clauses Incorporated by Reference, FAR 52.227-Rights in Data-General, 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, 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. Identify recent and relevant experience and knowledge pertaining to this requirement. 1d. Past Experience: List contracts that are of comparable size, complexity, and are the same or similar to this requirement. 2)Price 3)Past Performance: Provide recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contacts with telephone numbers and other relevant information). 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. 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, Attention: Dianne Gutierrez, CO, 500 Gold Avenue SW, 6th Floor, Albuquerque, NM 87103, or you can fax your quotes to (505) 248-6941. If there are any technical questions concerning the scope of work, please FAX your questions to the project manager, Stan Holder, at (505) 248-7545. No verbal or email questions or quotes will be accepted.
 
Record
SN00555127-W 20040328/040326212458 (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.