Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
SOLICITATION NOTICE

U -- Comprehensive Evaluation, Technical Assistance, Training, and Capacity Building for the Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP), Center for School Improvement (CSI)

Notice Date
3/29/2004
 
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
RMK0E040039
 
Response Due
4/6/2004
 
Archive Date
4/7/2004
 
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, RMK0E040039, 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). A Representation Declaration (Buy Indian Certification Statement) shall be submitted with all quotes. Please contact the contracting officer, in writing, via fax (fax number (505) 248-6941), for a copy of the Representation Declaration Form. 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 Comprehensive Evaluation, Technical Assistance (TA), Training, and Capacity Building: Provide all travel, supplies, supplies, materials, and personnel to provide comprehensive evaluation, TA, Training and Capacity Building for the 54 BIA/OIEP programs, and their respective Education Line office (ELO) staff that have been awarded 21st Century Community Learning Center (CCLC) Competitive Grants under P.L. 107-110 in accordance with the Scope of Work. The QUANTITY is One (1), The UNIT is Lump Sum. The Period of Performance shall be from Date of Award through September 30, 2004 with three (3) option years. The Scope of Work (SOW) is as follows: PURPOSE: The purpose of this Scope of Work is to provide Comprehensive evaluation, technical assistance, training, and capacity building for the 54 BIA/OIEP programs (St. Stephens Indian School, Little Wound School, Loneman Day School, Theodore Jamerson, Pierre Indian Learning Center, Sac& Fox Settlement, Bug-O-Nay-Ge-Shig, Nay-Ah-Shig School, Menominee Tribal School, Hannahville Indian School, Flandreau Indian School, Theodore Roosevelt, John F. Kennedy, Cibecue Community School, Santa Rosa Boarding School, Santa Rosa Ranch School, San Simon School, Tohono O???odham High school, Salt River Community School, Pine Hill School, Ohky Owingeh Community School, Isleta Elementary, San Felipe, Sky City, Zia, Santa Clara Day School, Taos Day School, Red Rock Day School, Cove Day School, Kayenta Community School, Shonto Preparatory, Tuba City Boarding School, Baca Community School, Dzilth-Na-O-Dith-I-He, Alama Navajo, Lukachukai Community School, Pinon Community School, Seba Delkai Boarding School, Shoshone Bannock School, Lummi Tribal School, Lummi Tribal High School, Lummi Elementary School, Two Eagle River, Indian Island School, Indian Township, Beatrice Rafferty, Tucker Elementary-Choctaw, Boque Chitto Elementary, Conehatta Elementary, Pearl River Elementary, Red Water Elementary, Standing Pine Elementary, Tucker Elementary)and their respective Education Line Office Staff that have been awarded 21st Century Community Learning Center (CCLC) Competitive Grants under Public Law 107-110, No Child Left Behind. OBJECTIVE 1:To develop a comprehensive curriculum that will be used to provide training and technical assistance to OIEP 21st Community Learning center Grants recipients in the area of program operation, program management, fiscal management, and property management of resources associated with 21st CCLC program operation. TASK 1-1:The Contractor shall develop a curriculum to facilitate training of school/dorm staff in the development and implementation of 21st CCLC programs under the provisions of P.L. 107-110 "NCLB." The curriculum must be reviewed and approved by the 21st CCLC program director at the Center for School Improvement (CSI). The curriculum will be used to train the 54 Bureau of Indian Affairs (BIA) funded 21st CCLC program sites. TASK 1-2: The Contractor shall develop all supporting material i.e., Manuals, and instrumentation to carry out the provisions of this scope of work. All applications associated with this initiative shall be scientifically researched. All materials and curriculum developed as a result of this initiative shall become the property of the Bureau of Indian Affairs, Office of Indian Education Programs. TASK 1-3: The Contractor shall develop all material and applications stated in Task 1-1 and 1-2 to facilitate the unique needs and issues associated with 21st CCLC consortia and consortia members. TASK 1-4: The Contractor shall develop a monitoring instrument that shall include: A.A Rubric to be utilized for pre-site evaluation Executive Summary from the BIA/OIEP funded 21st CCLC site. B. An Evaluation instrument that is configures to reflect the statutory compliance required for operation of BIA/OIEP funded 21st CCLC sites under the provisions of Public Law 107-110, "No Child Left Behind." TASK 1-5: The Contractor shall coordinate with the Center for School Improvement, Continuous Improvement Monitoring Process (CIMP) Staff to develop the before stated instrumentation and integrate said instrumentation into the CIMP process. OBJECTIVE 2: To provide training, technical assistance and evaluation services to the 54 funded BIA/OIEP 21st CCLC sites. TASK 2-1: The Contractor shall coordinate with the Education Line Office Staff of the Education area that the 21st CCLC funded sites is located to develop a training, technical assistance, and evaluation schedule for the 21st CCLC sites located in the Education Line Office Service area. The contractor shall provide the opportunity for the 21st CCLC sites to meet and share best practices and particular challenges they have experienced. TASK 2-2: The Contractor shall develop a schedule with the 21st CCLC sites that would include multiple visits to accomplish the purpose of this contract. The contractor shall minimize the amount of time that staff will be taken away from their regularly assigned duties for the purpose of the initiatives contained in this contract. TASK 2-3: The Contractor shall develop an evaluation instrument that would be utilized at each of the Education Line Office training to provide the participants in the training the opportunity to evaluate the effectiveness of the training and to maintain compliance with GEPRA Goals for the Office of Indian Education Programs. The Contractor shall provide a post-test to the participants in each training to determine the effectiveness of the training. The Contractor shall provide sign in sheets of all participants at the training sites. TASK 2-4: The Contractor shall develop a report for each of the Regional trainings carried out at the BIA/OIEP Area Education Office. This report shall include the total number of school/dorm staff trained, a collated Evaluation report and a percentile rendering of the post-test scores from the participants. TASK 2-5: The Contractor shall provide a comprehensive yearly report of all trainings, site visits, technical assistance provided, and capacity building that has been carried out. Include in this report shall be the total number of BIA/OIEP and Tribally operated school/dorm staff trained. A composite collated Evaluation report, a percentile rendering of the post-test scores at the individual sites and a percentile rendering of the composite score of the post-test for all participants involved in the trainings. OBJECTIVE 3: To develop a coordinated plan with the National center on Community Education for the purpose of providing a national Conference for all BIA/OIEP funded 21st CCLC sites. TASK 3-1: The Contractor shall develop a coordinated plan with the National center on Community Education to: A. Plan a National Conference to provide training to BIA/.OIEP funds 21st CCLC sites. B.To show case successful BIA/OIEP funded 21st CCLC sites. C. To exchange ideas and share in successful strategies that address the unique needs of BIA and Tribally operated 21st CCLC programs. D. To provide strategies for coordinated efforts between national organizations, state organizations and agencies, and federal agencies/contractors to facilitate the continued training/technical assistance/monitoring/evaluation needs of BIA/OIEP funded 21st CCLC sites. E.To present the strategies, challenges, and benefits of utilizing consortia as a vehicle to provide consistent services on a broad spectrum and across large geographic areas n a cost effective process. TASK 3-2: The Contractor shall provide a complete evaluation of each presentation made at the conference and a comprehensive evaluation of the conference to be utilized for reporting GEPRA Goals. 3. TIMELINES: The Contractor shall provide a DRAFT of the proposed curriculum stated in TASK 1-1 to the ADVP/TRM specialist at the CSI no later than 30 days after the notice of contract award from the Contracting Officer. The proposed curriculum shall be reviewed, assessed, corrected, and appropriate recommendations and changes made and returned to the contractor within 30 days of submission of said curriculum to the ADVP/TRM specialist. The contractor shall provide a DRAFT of the proposed monitoring instrument and rubric contained in TASK 1-4 to the Chief, CSI no later than 30 days after notice of contract award from the contracting officer. The proposed monitoring instrument and rubric shall be reviewed, assessed, corrected, and appropriate recommendations and changes made and returned to the contractor within 30 days of submission of said instrument and rubric. The contractor shall establish procedure to provide site monitoring and evaluation protocol and process for the 54 BIA/OIEP funded 21st CCLC schools/dorms. The contractor shall initiate training at the Area Education Line Offices that the 21st CCLC sites are assigned to within 30 days of the date of receipt of official notification of approval of said curriculum by the Chief, CSI. The contractor shall develop and submit a schedule for training for the FY 0304. The training schedule shall be reviewed and must be approved by the Chief, CSI. The training schedule shall be configured to include the 54 BIA/OIEP 21st CCLC funded schools/dorms. The schedule shall be configures to complete training for all sites for schools/dorms. The schedule shall be configured to complete training for all sites for FY 0304 by September 30, 2004. The training schedule for the remainder of the contract period shall be configured to complete all trainings by September 30 of each option year. The contractor shall provide the evaluation stated in TASK 2-4 within 30 days for each of the regional trainings. The contractor shall provide the report for the annual 21st Conference contained TASK 3-1 no later than 30 days after the final day of the conference. The contractor shall follow this procedure each year the conference is held. The contractor shall provide a comprehensive report for the base and possible option years to the Chief, CSI no later than September 30 of the each year with the exception of the fourth option year. These reports are as follows: 1.Base Year (Date of Award ??? 09/30/04) Report Due 09/30/04 2.Option Year One (10/01/04 to 09/30/05) Report Due 09/30/05 3.Option Year Two (October 1, 2005 to 09/30/06) Report Due 09/30/06 4.Option Year Three (10/01/06 ??? 09/30/07) Report Due 09/30/07. The contractor shall provide a final comprehensive report for the base year and option years to the Chief, CSI by September 30, 2007. Closing Date of Quote is April 7, 2004, 10:00am 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 Approach: Describe approach, including comprehension of requirements to accomplish SOW. 1b.Comprehension of Requirements 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
SN00556072-W 20040331/040329212158 (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.