Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

U -- Professional Education Consulting Services to assist the Bureau of Indian Education in Reviewing and Analyzing the Continuous Improvement Monitoring Process (CIMP)

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs (BIA). Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E070019
 
Response Due
5/2/2007
 
Archive Date
5/3/2007
 
Small Business Set-Aside
Total Small Business
 
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, RMK0E070019, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations, revised as of October 1, 2006. The North American Industry classification (NAICS) code is 611710 and the business size maximum is $6.5 Million. The proposed contract is a Total Small Business Set Aside. All small businesses 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 small business (prime). All small businesses shall comply with FAR 52.219-14 Limitations on Subcontracting. 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: 001: Provide all supplies, materials, and personnel to provide review and analyze the current CIMP in order to determine how effectively the process supports the primary foci of State Monitoring activities identified in IDEA and NCLB for the BIE, Division of Performance and Accountability, Albuquerque, NM in accordance with the scope of work. The quantity is 1 and the unit is Lump Sum. Please provide a breakdown of your costs, which shall include an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. The contract shall be awarded as a firm fixed price contract. The Period of Performance (POP) shall be from date of award to September 30, 2007. All work shall be performed in accordance with the Scope of Work. Scope of Work. Background: The Bureau of Indian Education (BIE) serves as a state education agency (SEA) for 184 elementary and secondary schools and dormitories serving approximately 46,000 students located in 23 states on 63 American Indian reservations. This scope of work calls for professional education consulting services to assist the BIE in reviewing and analyzing the current Continuous Improvement Monitoring Process (CIMP) which is utilized as the primary accountability mechanism though which the BIE ensures that all agencies and schools within its jurisdiction are complying with P.L. 108-446 (Individuals with Disabilities Education Act 2004 - IDEA) and P.L. 107-110 (No Child Left Behind Act ? NCLB). The BIE has been using the CIMP since 2000 and all 184 schools have participated in preparation for the receipt of an on-site monitoring visit from a team of professionals. Additionally, the BIE has utilized a second level of monitoring performed by education line office personnel to ensure yearly compliance with IDEA. This has been internally labeled ?2nd Tier? monitoring. During the 2005-2006 school year, a pilot focus monitoring process was added to address concerns with the high numbers of students being identified as specifically learning disabled coupled with overall low reading achievement scores. The focus of this scope of work is to conduct a comprehensive review of the data gathered from the 6-year cycle of implementation of the CIMP, 2nd Tier monitoring, and focus monitoring to determine the effectiveness of the various processes and/or specific component of the various processes. The analysis of the data should also identify areas of strengths and weaknesses and make recommendations for appropriate changes to the processes to address the concerns. In addition, the BIE is interested in obtaining data collection tools/protocols that will strengthen the BIE?s monitoring system. Objectives: 1. The contractor will review the BIE?s CIMP in order to determine how effectively the process supports the primary foci of State monitoring activities identified in IDEA and NCLB as: a. improving educational results and functional outcomes for all children with disabilities; and b. ensuring that States meet the program requirements under IDEA, with a particular emphasis on those requirements that are most closely related to improving educational results for children with disabilities. c. ensuring that high-quality academic assessments, accountability systems, teacher preparation and training, curriculum, and instructional materials are aligned with challenging State academic standard so that students, teachers, parents, and administrators can measure process against common expectations for student achievement. 2. The contractor will analyze CIMP, 2nd Tier monitoring, and focus monitoring data to determine how effectively the current systems are supporting improved results and systemic changes in schools/agencies. 3. The contractor will determine strengths/weaknesses in the current systems/weaknesses in the current systems/processes and make recommendations for changes to address those findings. 4. The contractor will review the BIE?s State Performance Plan (SPP) and Annual Performance Report (APR) and make suggestions based on the data analysis for focus indicators where the SPP/APR indicate the use of a focus monitoring approach. 5. The contractor will review the various tools/protocols utilized the CIMP, 2nd Tier, and focus monitoring processes and make recommendations for improvement (i.e., self assessment, IEP File Review Checklist, various interview forms, program checklists, etc.). 6. The contractor will conduct research to determine if other states have monitoring systems in place that have been identified by the U.S. Department of Education Elementary and Secondary Programs and the Office of Special Education Programs as highly effective as evidenced by improved results for disadvantaged children served under NCLB and children with disabilities served under IDEA that could be replicated by the BIE and make recommendations regarding the use of these systems. 7. The contractor shall be familiar with the BIE?s Native American Student Information System (NASIS) and the potential capabilities that this system has as it relates to monitoring functions and will incorporate suggestions/recommendations as appropriate. 8. The contractor will develop 2-3 possible monitoring systems proposals for consideration by BIE administration based upon the data analyses and program reviews. 9. The contractor will make recommendations related to necessary personnel/staffing needed to implement the various models. Required Qualifications of Expert Provider. A. Knowledge, skills and abilities required of expert provider for Monitoring: 1. Contractor must have thorough knowledge of IDEA 2004 and its accompanying regulations and P.L. 107-110 (NCLB) as evidenced by successful work completed with schools related to these two pieces of legislation. 2. Contractor shall have experience either conducting monitoring of school systems, serving on accreditation teams for schools, and/or assisting school systems with development and implementation of effective monitoring programs. 3. Contractor must be familiar with other States? monitoring systems in order to make recommendations for consideration by the BIE. Please provide examples of work performed in this area. 4. Contractor must be familiar with the NASIS system currently be utilized by the BIE. 5. Contractor must be familiar with the BIE system as evidenced by work experience with the BIE in some capacity. 6. Contractor must have proven ability to write comprehensive reports of findings and data analyses that are user-friendly and completed in a timely manner. B. Knowledge, skills, and abilities required of expert provider for data analysis. 1. Contractor must have experience with data analysis in school settings or with school programs and the ability to analyze data from multiple sources using statistical models to determine factors affecting outcomes and interactions between factors. 2. Contractor must be able to analyze data and make sound recommendations related to program effectiveness and needed change based upon the data analysis. Responsibilities of the Provider. 1. Meet with the BIE program staff to receive project orientation and review timelines and deliverables within two weeks after awarded of the contract. 2. Make appropriate travel arrangements including payment of costs to be reimbursed upon completion or work assignment(s) for scheduled meetings provided for/with BIE program staff. 3. Develop and three copies of final work product to BIE program staff. 4. Communicate weekly with appropriate BIE program staff on the status of the project, which shall include providing drafts of the evaluation report. 5. Commit adequate staff to project in order to ensure timely completion of final report. Timeline: The period of performance shall be from date of award through September 30, 2007. 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 52.2 12-3, 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 52.222- 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 52.212-4 Contract Terms and Conditions Commercial Items, 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; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); 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 lb. 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 May 2, 2007; 9:00am Local Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, P.O. Box 26567, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
 
Record
SN01276121-W 20070420/070418221402 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.