Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOLICITATION NOTICE

U -- Professional Services in Eligibility Document and Coordinated Services Plan and accompanying Procedure and Policy Model for Schools in accordance with P.L. 108-446, IDEIA 2004 for the BIA,OIEP

Notice Date
1/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
BIA/OIEP/SCHOOL OPERATIONS; BRANCH OF CONTRACTS & GRANTS; P.O. BOX 829; ALBUQUERQUE, NM 87103
 
ZIP Code
87103
 
Solicitation Number
RMK0E060009
 
Response Due
2/1/2006
 
Archive Date
2/28/2006
 
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, RMK0E060009, is issued as a Request for Quotes (RFQ) under the 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: Provide all travel, supplies, materials, and personnel to provide professional services for the BIA, OIEP, Center for School Improvement (CSI) in the area of Eligibility Document and Coordinated Services Plan and accompanying Procedure and Policy model for schools with the new statue and regulations of P.L. 108-446, IDEIA 2004. The professional services shall be provided for the BIA, OIEP, CSI, in accordance with the Scope of Work (SOW). 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 February 6, 2006 through February 5, 2007 with one option year period. 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 182 elementary and secondary schools and dormitories serving approximately 50,000 students located in 23 states on 63 American Indian reservations. SCOPE OF WORK. Eligibility Document/Coordinated Services Plan. Objective 1: The Contractor will, with consultation from the Center for School Improvement, revise and rewrite the Eligibility Document and an accompanying Procedure and Policy model for local school use, which are compliant with the new statue and regulations of P.L. l08-446, IDEIA 2004. Task 1A. Review existing Eligibility Document and complete an analysis of current BIA/OIEP policies and procedures compared to the new requirements of IDEIA. Task 1B. Based on the analysis of all IDEIA requirements, revise the current eligibility document in alignment with the IDEIA requirements. Task 1C. The contractor will rewrite the current OIEP Procedure and Policy model to align with the revised Eligibility Document in a specific and structured format. Task 1D. Provide a total of 6 days of training/technical assistance in the implementation of the special education policy and procedure model and Eligibility Document. The training will be provided to the line offices and schools through three regional sessions, two days each. SCOPE OF WORK. Coordinated Services Plan. Objective 2: The contractor will revise and rewrite the Coordinates Services Plan as required by P.L. 108.446, IDEIA. Required Data: Task 2A. Review existing CSP and determine where changes or up-dates are Required based on PL 108-446. Review existing CSP and new requirements to determine what data is to be gathered relative to determining the success/usefulness of the CSP. Develop a plan for data collection relative to the CSP foe review by CSI, to include needs assessment from CSI, Line Offices, and schools relative to current CSP. Facilitate number of focus groups for analysis of data gathered. Up-date current CSP: Task 2 B Based on the analysis of appropriate data and consultation with CSI, the contractor will produce an updated and revised Coordinated Services Plan based on IDEIA requirements. Update or prepare new data collection plan for continued review of level/success of implementation of CSP. The contractor will provide a total of 10 days of training to appropriate staff from CSI, the OIEP Special Education Advisory Committee, education line offices, regarding the implementation of the Coordinated Service Plan. The contractor will assist in developing training materials for the Memorandum of Agreement . REQUIRED QUALIFICATIONS OF THE EXPERT PROVIDER: The expert provider shall have the following knowledge, skills and abilities: 1. The service provider must have knowledge, experience, and educational background related to P.L. 108-446, IDEIA and P.L. 107-110, NCLB. 2. The service provider must have recent experience in the provision of technical assistance, training, product development and consultation to tribes, BIA funded schools, OIEP ? Center for School Improvement, and BIA/OIEP Education Line Offices. 3. The service provider must have knowledge of BIA/OIEP organizational structure and P.L. 100-297, Tribally Controlled Community Schools Act. 4. The service provider must have previous experience in developing special education policy and procedures and system-wide eligibility documents designed as regulatory guidance for schools servicing Native American children. 5. The service provider must be willing to do extensive travel to Native American communities to address the tasks within the work scope. 6. The service provider must show evidence that they have experience working with a minimum of 12 states in which Bureau funded schools are located. Closing Date of Quote is February 1, 2006, 9:00am local time (Albuquerque, NM). 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 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 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003); 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) 2 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 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. 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.
 
Record
SN00972996-W 20060127/060125212441 (fbodaily.com)
 
Source
FedBizOpps 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.