Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2005 FBO #1427
SOLICITATION NOTICE

R -- Administrative Project Management, Evaluation, Technical Assistance, Training, and Capacity Building BIA, OIEP

Notice Date
10/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs (BIA), Division of Acquisitions, Office of Indian Education Programs (OIEP), ALBUQUERQUE, NM 87103
 
ZIP Code
87103
 
Solicitation Number
RBK0E060001
 
Response Due
11/1/2005
 
Archive Date
11/2/2005
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation, RMK0E050043, is issued as a Request for Quotes (RFQ). 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 624310 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 Indian Owned business shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the Indian Owned business (prime). All Indian Owned Businesses shall certify that they are an Indian Owned Business by completing the Representation Declaration (Buy Indian Certification Statement). Please request for a copy of this form via fax (505-248-6941). All Indian Owned businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible Indian-owned businesses sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 001: Provide all travel, supplies, materials and personnel to provide professional project management, evaluation, technical assistance, training, and capacity building for the selected schools under the FOCUS Project. The QUANTITY is One (1), The UNIT is Lump Sum. Please provide a breakdown of your costs. The Government intends to award a firm fixed price contract. The period of performance shall be from November 15, 2005 through November 14, 2006 with three option year periods. The SCOPE OF WORK (SOW) is as follows: Background: The Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP) serves as a state education agency (SEA) for 184 elementary and secondary schools and dormitories serving approximately 50,000 students located in 23 states on 63 American Indian reservations. The purpose of this Scope of Work is to provide administrative project management, evaluation, technical assistance, training, and capacity building for the selected schools under the FOCUS Project. The FOCUS project is designed to assist designated schools in meeting in meeting the requirements of P.L. 107-110, no Child left Behind Act in achieving Adequate Yearly Progress (AYP). The program will begin with five to eight schools close to achieving AYP on a single state?s test, e.g., New Mexico?s state assessment. The contractor shall be prepared to support a range of issues such as, but not limited to, AYP, low-performing schools, special education, teacher quality, and leader quality, integration of technology, scientifically-based instructional practices, parental involvement and school reform. Inservice will be directed towards improving instruction and leadership and will be provided to the schools in reading/language arts and/or math, depending on their needs. Inservice may be intensive, weekly or biweekly and will be provided by selected various companies. The contractor may directly provide on-site inservice to one or two of these schools to provide validity. In conjunction and under the direction of the BIA, OIEP designated official (s), the contractor will coordinate the work of other contractors; develop initial formative and summative evaluation schemes determining what data will be collected when and by whom; determine reports to be made and at what intervals. The goal is to assist the school achieve AYP. Responsibilities of the Provider: 1. Conduct needs assessments and climate surveys and develop criteria for selecting schools. 2. Select five to eight schools in relatively close geographic area. Contact ELOs, principals, etc. re: participation in Focus Project. 3. Evaluate selected schools with i2005-2006 school year inservice already in place, e.g., Professional development plan in CSRP, CSPD service, etc. 4. Use a variety of scientifically research-based strategies focused on increasing student achievement to plan and monitor professional development activities to meet the stated objectives. 5. Develop SOWS for IDIQ contracts to be awarded. The SOW shall submitted, reviewed and approved by the designated BIA OIEP official. 6. Ensure instructional planning links standards, formative assessment, instruction, practice, summative assessment, and review/ re-teaching. 7. Assign, in conjunction with the BIA, OIEP, designated official (s), IDIQ contractors to specific schools. 8. Arrange, in conjunction with the BIA, OIEP, designated official (s), meetings with contractors, the purpose of which is to analyze state test to determine specific skills measured, review data from schools (needs assessments, latest test data, self-studies, curriculum reviews, etc.), and develop plans of action for assigned schools. 9. Coordinate, in conjunction with the BIA, OIEP, designated official (s), the work of other contractors, develop initial formative and summative evaluation schemes, determining what data will be collected when and by whom; determine reports to be made and at what intervals. 10. Oversee parent involvement/after school activities with IDIQ contractors. 11. Review initial data collected with particular attention given to analysis of information re: English Language Learners (ELL) and students with disabilities. 12. Draft schedule/plan of action taking into account all groups whose data will be disaggregated for AYP status. 13. Visit all schools monthly and interview teachers, students, and principals, etc., re: progress of project. Adjustments regarding IDIQ contractors work are made as required. 14. Provide quarterly reports on overall progress of meeting skills of state assessments. 15. Maintain consistent contact with IDIQ contractors and observe their work. 16. Assist as needed with reporting requirements OF THE PROJECT. 17. Meet with BIA/OIEP as needed. 18. Maintain data to monitor program implementation and impact. REQUIRED QUALIFICATIONS OF THE EXPERT PROVIDER: The expert provider shall have experience working as a consultant and/or work with schools serving a population, the majority of which is Native American Indian and serving schools on reservations. The expert provider shall have experience as a school program administrator, or as an inservice coordinator at the BIA, OIEP Agency level and/or Public School District Level, or as an education specialist with BIA schools. The expert provider will have experience with working multiple tribes. The expert provider shall have a Master?s Degree in Education with a concentration in Reading, Math or Special Education. The expert provider shall have program evaluation experience, compiling data, formulating improvement plans and creating written and oral reports. The expert provider must have verifiable and successful experience in providing inservice training to teachers of Native American Indians. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide the lump sum cost for the base and three option year periods with a breakdown of their cost to provide this service and provide a copy of their credentials, including but not limited the college diploma. The offeror shall have a favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program in accordance with the Background Investigations Clause. Please contact the Security Office at (505) 248-6939 to begin process. The Offeror shall provide the lump sum cost with a breakdown of their cost 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. The provisions at FAR 52.212-1 Instructions to Offerors ? Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 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 CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference. . Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); 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; Background Investigations Clause; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.217-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 4.5 years); 52.217-3 Evaluation Exclusive of Options; and, 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 OF EXPERT PROVIDER section of SOW 1b. Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1c. Past Experience: List contracts that are of comparable size, complexity and similar. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, 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. The due date for receipt of quotes is November 1, 2005; 4:00pm Local Time. You may mail your quote to BIA, Division of Acquisitions, OIEP, P.O. Box 829, Albuquerque, NM 87103, or you can fax your quotes to (505) 248-6941.
 
Record
SN00919401-W 20051023/051022080524 (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.