Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

U -- COMPREHENSIVE SYSTEM OF PERSONNEL DEVELOPMENT PROGRAM

Notice Date
8/16/2005
 
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
RMK0E050041
 
Response Due
8/25/2005
 
Archive Date
9/24/2005
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is RMK0E050041 and is issued as a Request for Proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-18. This requirement is set aside for full and open competition with a NAICS Code of 611310 and the business size maximum is $6.0 million. The performance period for this requirement is one year, beginning October 1, 2005 through September 30, 2006. The description of the service is: BACKGROUND: As a recipient of funds through the Individuals with Disabilities Education Act (IDEA), P.L. 105-17, the Bureau of Indian Affairs, Office of Indian Education Programs (BIA-OIEP) is required to develop and implement a Comprehensive System of Personnel Development (CSPD). The CSPD initiative is in response to the following IDEA mandates: Sec. 612 (a) of the Individuals with Disabilities Education Act of 1997 (PL 105-17): (14) Comprehensive System of Personnel Development: ?The state has in effect, consistent with the purposes of this Act and with section 635(a) (8), a comprehensive system of personnel development that is designed to ensure an adequate supply of qualified special education, regular education and related services personnel that meets the requirements for a state improvement plan relating to personnel development in subsections (b) (2) (B) and (c) (3) (D) of section 653.?(15) Personnel Standards (A) In General: ?The State educational agency has established and maintains standards to ensure that personnel necessary to carry out this part are appropriately and adequately prepared and trained.? In response to these requirements and to address the professional development needs of OIEP personnel who work with students with special education needs, the BIA-OIEP has developed a plan which encourages partnerships with Tribally Controlled Community Colleges (TCCC) and state institutions of higher education. Through this initiative, the BIA-OIEP seeks to continue quality, sustained and on-going in-service and pre-service programs to ensure that OIEP staff are adequately trained and receive continuing education to appropriately serve students with special education needs. PURPOSE: The Office of Indian Education Programs-Center for School Improvement (OIEP-CSI) is requesting proposals to deliver professional development programs for OIEP personnel who work with students with special education needs. The goals of this initiative are to: (1) increase the number of state certified special education teachers in BIA funded schools, (2) increase the number of paraprofessionals with an AA degree, in early childhood, special education or general education in BIA funded schools and (3) provide training and technical assistance opportunities on topics related directly to serving students with disabilities and their families and addressing issues for schools in corrective action status under NCLB. Proposals may be written to address one or both of the following two objectives: Objective 1: Degree Programs If proposals addresses Objective 1, the proposal must specify which of the three tasks (Degree programs) they will address, culminating in degrees within the contract period. Task 1. Implement an AA degree program in education, special education or early childhood for paraprofessionals. Task 2. Implement a Bachelors level special education program which leads to state certification. This initiative may include dual certification in special education for general education teachers. Task 3. Implement a Masters level special education program which leads to state certification. All of the following items must be addressed in Tasks 1-3: Establish a 1 year work plan to provide classes and financial support to students. This work plan must be approved in writing by the Contract Officer?s Technical Representative (COTR) immediately upon award. Describe additional services provided to ensure student completion of coursework (i.e. tutoring, mentoring, childcare, mileage, supplies, etc.) Describe public relation efforts and recruitment strategies within BIA schools. Solicit input and share progress with both schools and BIA Education Line Offices. Submit quarterly reports with updated student specific progress according to due dates set by COTR. Identify the one year Course/Plan of Study. Objective 2: Training and Technical Assistance All training must offer college credits. Proposals for Objective 2 must describe how they will accomplish all of the tasks listed. Major Tasks to be performed: Establish a work plan with objectives to provide on-going training and technical assistance to address special education priorities. This must be developed in consultation with the BIA Education Line Office staff in the contractor?s region. This work plan must be approved in writing by the COTR immediately upon award. Provide at least two regional workshops within the contract year, focusing on Special Education or school reform identified needs. Provide at least one residential training supporting residential staff and increasing their skills in working collaboratively with schools and families to assist children with special education needs. Provide at least one training which focuses on parental involvement for students with special needs. Provide at least three on-site school visits to each school identified in corrective action to help support staff and academic achievement of students. These visits need to be based upon a school wide improvement plan, the delivery of individualized, on-site training and technical assistance to schools in ?corrective action? status. Provide documentation of such things as: *Site council meetings *Classroom observations *Consultation with teachers/administrators *Parental involvement strategies *Behavior intervention and feedback *Review and feedback on Comprehensive School Reform Plan (CSRP) *Progress toward improved academic achievement Quarterly reports and End of the Year Report with specifications to be provided upon award All training must offer college credits. Corrective Action School: a school that has not made adequate yearly progress for four or more years as identified by OIEP. Technical Assistance: is the act of assisting or helping by providing knowledge on a subject based on scientific research. In addition to contractor meetings (2) and quarterly reports (4), the COTR may make a site visit to ensure all major tasks are on track for completion, as well as to determine high quality service to BIA schools. Site visits will be arranged in conjunction with training events, or may be scheduled to examine office procedures at the host institution, or arranged to establish cooperative working relationships with the BIA Education Line Officer(s). If a site visit is necessary, it will be planned in cooperation with staff at the contract institution. ELIGIBLE APPLICANTS: All accredited Tribally Controlled Community Colleges and State Institutions of Higher Education. OIEP reserves the right to make awards based on proposal content and the needs of specific geographic areas. Contracts will be awarded through the BIA contract process. OIEP is not liable for any costs incurred by the applicant prior to the execution of a contract and reserves the right to negotiate the proposed budget and scope of work. Contracts will be awarded on the basis of a technical plan, past experience with BIA funded schools, cost, equity, and the likelihood of completed tasks by contract period. Funding restrictions are: Administrative overhead may not exceed eight (8) percent. Funds shall not be used for building facilities/construction. Equipment purchases, exceeding $500.00, shall require prior approval from the Contract Officers Technical Representative (COTR). All budget amendments require the approval of the Contract Officers Technical Representative (COTR) and must not affect the scope of work. EVALUATION AND SELECTION CRITERIA: Proposals should include a detailed description of the proposed project. The narrative (excluding the abstract and appendices) should not be more than 20 pages, double spaced and using a 12 font. Supportive documents may be included in the Appendices. Proposals will be evaluated according to the following scoring rubrics. The proposal must address the following areas and in the following order: Objective 1: Degree Programs CRITERIA MAXIMUM POINTS Technical Plan 25 Points Provide a detailed scope of work that identifies targeted participants, geographic area to be served, the type of program, courses and certification/licensure/degree to be offered. Benchmarks and timelines should also be identified. Organizational Capabilities 15 Points Demonstrate the capability of the organization. Describe similar programs previously administered and the qualifications of key staff. Program Evaluation/Quality Assurance 10 Points Describe how the program will evaluate and monitor the progress of the project in meeting stated goals and objectives. Budget and Cost Effectiveness 20 Points Provide a yearly budget with justification Evidence of previous service or training for BIA funded schools and personnel 20 Points Describe which BIA funded schools/personnel and outcomes of service. Provide a list of contacts of prior or existing contracts of equal size and complexity. Transfer of all credits earned 10 Points Participants enrolled under objective 1 must be able to fully complete one of the degree programs (tasks 1-3). Contractors must accept all college credits earned previously in order for participants to graduate in the contract year. Objective 2: Training and Technical Assistance Technical Plan 30 Points Provide a detailed scope of work that identifies targeted participants, geographic area to be served, the type of program, courses and certification/licensure/degree to be offered. Benchmarks and timelines should also be identified. Organizational Capabilities 15 Points Demonstrate the capability of the organization. Describe similar programs previously administered and the qualifications of key staff. Program Evaluation/Quality Assurance 10 Points Describe how the program will evaluate and monitor the progress of the project in meeting stated goals and objectives. Budget and Cost Effectiveness 20 Points Provide a yearly budget with justification Evidence of previous service or training for BIA funded schools and personnel 25 Points Describe which BIA funded schools/personnel and outcomes of service. Provide a list of contacts of prior or existing contracts of equal size and complexity. Total 100 points The Government will make multiple awards resulting from this solicitation. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposals along with a DUNS Number. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Required Central Contractor Registration and 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 are applicable. The complete text of the Federal Acquisition Regulation (FAR) are available at the following internet site: http://farsite.hill.af.mil. Proposals are due on August 25, 2005 at 3:00 pm local time (Mountain Daylight Time). Pricing will include all charges/fees and taxes in your hourly rates to perform this requirement. Proposals will be submitted in writing and signed by an individual with the authority to bind their respective company. The address to mail your proposal is as follows: BIA/OIEP/School Operations, Division of Contracting and Grants, 500 Gold Avenue SW, 6th Floor, Albuquerque, NM 87102.
 
Place of Performance
Address: BIA/OIEP CENTER FOR SCHOOL IMPROVEMENT, 500 GOLD AVENUE SW, ALBUQUERQUE, NM
Zip Code: 87102
Country: U.S.A.
 
Record
SN00871785-W 20050818/050816212631 (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.