Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

Q -- PROFESSIONAL SERVICES

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs (BIA). Albuquerque Acquisitions Office, 1OO1 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E070049
 
Response Due
6/29/2007
 
Archive Date
6/29/2007
 
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, RMK0E070049, 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 611710. All responsible 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 professional services related to the Bureau of Indian Education (BIE) 21st Century Community Learning Centers sub grant proposal review process for the Division of Performance and Accountability in accordance with the scope of work. The quantity is 1 and the unit is Lump Sum. The Government intends to make multiple awards. Provide a breakdown of cost, to include the daily rate, travel cost, and per diem. Travel costs will be 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 July 9th through July 23, 2007. All work shall be performed in accordance with the Scope of Work. Scope of Work: This scope of work calls for professional services related to the Bureau of Indian Education (BIE) 21st Century Community Learning Centers sub grant proposal review process. As required by the BIE 21st Century Community Learning Centers program, all sub grant proposals received from eligible schools or dormitories must be reviewed by highly qualified members of the K-12 after school community an/or professionals from organizations that provide instructional services, professional development and/or after school program development services. Selected qualified individuals will accomplish the task of reviewing, rating, and ranking the 21st Century Community Learning Centers proposals received from BIE schools and dormitories. Objectives. a. Each reviewer will independently review an estimated 14 sub grant proposals. This number of proposals will be adjusted (+ or -) when the total number of proposals in need of review is known. The reviewers will utilize the BIE Scoring Rubric to rate each sub grant proposal. Each sub grant proposal will be reviewed and scored independently by at least two reviewers. The reviewers will communicate with each other after the independent review to clarify and discuss significant discrepancies in scores given a particular sub grant proposal. When scores cannot be aligned through the reviewer discussion process, a third reviewer will be selected by the BIE 21st Century Community Learning Centers staff to re-read and re-score the sub grant proposal. b. At the completion of the review and scoring process, all sub grant proposals will be ranked based upon total points received according to the BIE Scoring Rubric. The reviewers will communicate with each other after the independent review to rank all proposals based upon total points received. Contractor Tasks: 1. Make appropriate travel arrangements to be in Albuquerque, New Mexico on July 9, 2007 before 1:00 pm. Training on the sub grant review process, use of the BIE Scoring Rubric and other review processes will take place from 1:00 p.m. ? 4:00 p.m. Reviewers will then be provided specific sub grants to review and score at a determined site. 2. Review and score sub grant proposals assigned within the specified time frame, July 10th through July 13, 2007, 8:00am through 4:00pm. 3. Complete required communication with second assigned reviewer for a given sub grant proposal within the specified time frame. Participate in final reviewer discussion to rank all sub grant proposals received. QUALIFICATIONS OF THE EXPERT PROVIDER: 1. Knowledge, skills, and training the expert provider is required to have: a. Reviewers must meet the following standards: 1) An advanced degree in education; 2) Demonstrated experience working with K-12 after school programs; 3) Demonstrated knowledge of scientifically based after school research and application of that knowledge to improve after school programming and student achievement; 4) Experience in developing, reviewing, monitoring, and/or directing after school programs; and b. Prior to final selection as a reviewer, applicants will complete Conflict of Interest questionnaires. Based on the information provided on the questionnaire, applicants may be: 1) Approved to review all proposals received; 2) Approved to review selected proposals received; 3) Not approved to review any proposals. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov) and DUNS Number when submitting your quote. 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 52.2 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 52.2 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 52.243-1 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-I 7 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 I, 15 days); FAR 52.2 17-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 4.5 years); 52.2 17-3 Evaluation Exclusive of Options; and, FAR 52.2 12-2, 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. 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: 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 June 29, 2007; 10:00 a.m. Local Time (Albuquerque, NM). You may mail your quote to BIA, Albuquerque Acquisitions Office, PO Box 26567, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019, Attn: Marita Roth.
 
Place of Performance
Address: Bureau of Indian Education, Division of Performance and Accountability, P.O. Box 1088, Albuquerque, NM
Zip Code: 87103
Country: USA
 
Record
SN01328227-W 20070628/070626221328 (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.