Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2007 FBO #2078
SOLICITATION NOTICE

R -- Review of Tribal Court Grantees and Implementation of Court Improvement Plan

Notice Date
8/3/2007
 
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
RBK00070011
 
Response Due
8/17/2007
 
Archive Date
9/17/2007
 
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, RBK00070011 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 Code (NAISC) is 541990 and the business size maximum is $5.0 million. The proposed contract is an Indian-owned Set Aside under the authority of the Buy Indian Act 25 U.S.C 47. All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible Indian-owned business sources may submit a quote, which will be considered by the government. All Indian-owned companies shall complete a Buy Indian Certification, which shall be provided by the Contracting Officer to the company, prior to award. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. Potential offerors may register at www.ccr.gov. SCOPE OF WORK: The contractor in conjunction with the Bureau of Indian Affairs?(BIA)Office of Justice Services (OJS), Native American tribal governments and tribal court personnel will conduct reviews of selected tribal court grantees and execute/implement tribal court improvement plans for each grantee. Typically, the work required by this contract will entail a review of Indian tribal codes, tribal court procedures and rules and/or tribal courts? performance using procedures stated in the ?Court Performance Inventory? (or an approved substitute negotiated with parties). The contractor shall identify strengths and weaknesses relative to functions for which Federal funds are allocated and make a determination as to whether a court will receive an acceptable rating with the federal funds allocated for tribal court operations. The contractor will also develop a list of potential judges that could serve as tribal judges where vacancies occur or are identified to exist in Indian country. The contractor will rely on tribal constitutions, organic tribal law, law and order codes, manuals, etc., developed by each tribal court to evaluate the tribal courts? operations. This contract is necessary to continue the ongoing process of performing tribal court reviews that began in Fiscal Year 2006. These court reviews are performed to insure the appropriate expenditure of federal funds for tribal and Code of Federal Regulations (CFR) court operations, and to provide recommended changes to court operations, if necessary. The contractor will be required to review from 10 to 15 tribal or CFR courts each year, the specific numbers of courts to be identified at the beginning of each fiscal year through discussions between OJS and the contractor. The tribal courts to be reviewed will be selected from the 156 courts receiving funding from the Bureau of Indian Affairs. The courts are located on Indian reservations throughout the United States. For the initial year of this contract, the contractor will be required to conduct reviews of the following three tribal courts: 1.) Cheyenne River Sioux; 2.) Oglala Sioux; and 3.) Rosebud Sioux. Other tribal court grantees will be named after award. PLACE OF PERFORMANCE: it is anticipated that performance of this effort will occur at the successful offeror?s business location and at the locations listed below: 1. Bureau of Indian Affairs Southwest Regional Office Office of Justice Services Pete V. Domenici Indian Affairs Office Building 1001 Indian School Road, N.W. Albuquerque, NM 87104 2. Cheyenne River Sioux Tribe Eagle Butte, SD 3. Oglala Sioux Tribe Pine Ridge, SD 4. Rosebud Sioux Tribe Rosebud, SD TASKS/DELIVERABLES: Phase 1. Contractor shall develop a project plan for court reviews. The project plan will include a start date, list of reviewers, each reviewer?s responsibility in the review, completion date, exit dates (debriefing of court manager(s), Tribal government and BIA personnel). A final report will be developed and delivered to the Office of Justice Services (OJS) in Albuquerque, NM, which will contain a Court Improvement Plan (CIP),that will identify codes to be developed, if necessary, personnel to be trained, trainers, tribal government personnel orientation time and location and all logistics required for the performance of this work. A line item cost takeoff to implement the court improvement plan will also be developed. In performance of this Phase 1 effort, the contractor shall utilize a Court Performance Inventory survey form that will be provided after award of the contract. Phase 2. Contractor shall develop a court improvement plan. This plan will identify every task to be performed, to address deficiencies cited as a result of the tribal court review, identify a responsible person that will perform and/or oversee the performance of the task, establish a start and finish date for each task, and provide the desired outcomes for each task. Precise deliverables will be identified complete with dates for delivery. The contract cost for this work will be negotiated from the line item cost takeoff. Phase 3: Contractor shall develop a implementation plan. The Tribal government and BIA personnel will develop a strategy for the implementation of the CIP in coordination with BIA central office. PERIOD OF PERFORMANCE: Completion of this effort will be no later than Notice to Proceed + 720 calendar days. Phase 1 to be completed within 360 calendar days after Notice to Proceed; Phase 2 to be completed within 450 calendar days after Notice to Proceed; Phase 3 to be completed within 720 calendar days after Notice to Proceed. QUALITY CONTROL: In fulfillment of this effort, the contractor shall complete the following deliverables: 1. The contractor will provide a staffing and management plan and schedule for the implementation . This is due prior to award of the contract; 2. The project manager shall confer with the designated tribal services point-of-contact each Friday (unless otherwise agreed by the government point-of-contact and the lead Contractor) to discuss all efforts performed on the completion of data collection. The conference will address: 1.) Current status of tribal court reviews; 2. Potential project issues, questions, and mitigation plans, and 3.) Milestone/deliverable objectives for the following week. This is due weekly; 3. Status of Updates. The contractor shall regularly document the efforts performed and the completion of deliverables collection in a detailed Status Log Report due at the end of each calendar month and upon completion of effort. The status report shall include, as a minimum: 1.) Status of tribal court reviews; 2.) An overview of all key activities performed and the name(s) of contract staff who per- Formed the task(s); and 3. Hours spent to perform the task(s). This is due every two weeks. DELIVERABLES: The contractor will provide a written report to the Office of Justice Services within 30 calendar days after each review describing the court?s administrative makeup, its operational activities, and any applicable recommendations to improve operational capacity. Based on a ranking scale, the contractor will identify whether or not appropriated federal funds have been expended appropriately. EVALUATION OF OFFERS/CONTRACT AWARD: The Bureau of Indian Affairs will award a contract to the responsible offeror whose offer conforming to this announcement will be most advantageous to the government, price and other factors considered. The following evaluation criteria will be used to evaluate technical offers: 1.) Direct (hands on) experience of key personnel with tribal court operations and reviews that will be dedicated to this project (25%); 2.) Knowledge of tribal court processes and procedures (20%); 3.) Demonstration of experience and sensitivity of various tribal cultures and customs as it relates to the operation of tribal justice (20%); 4.) Demonstrated past performance working with and reviewing tribal courts (20%) Provide recent and relevant contracats for the same or similar items, contract numbers, point of contact with telephone numbers and other relevant information.; and 5.) Technical and Project Management approach (15%). Technical and past performance, when combined, are significantly more important than price. Price shall be considered when the offerors are judged as offering technically equivalent capabilities or if a price is so high as to diminish the value of an otherwise superior quotation. Offerors are requested to provide separate technical and price quotations (two copies of each to the address shown below. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. Bureau of Indian Affairs Albuquerque Acquisition Office Pete V. Domenici Indian Affairs Office Building 1001 Indian School Road, N.W., Suite 347 Albuquerque, NM 87104 Attention: Michael D. Perry, Contracting Officer Quotations may be hand-delivered, faxed (505) 563-3030, or delivered via overnight carrier (e.g.-Federal Express, UPS, etc.) to Mr. Perry?s attention at the above address, and will be accepted until 5 pm (MDT), Friday, August 17, 2007. For quotations submitted via facsimile, one copy is sufficient. 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 in full text. Upon request, the Contracting Officer 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 52.212-3, 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 Contracting Officer 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; FAR 52.2 12.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items; FAR 52.203-6 Restrictions on Subcontractor Sales to the FAR 52.219-4 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after Award; FAR 52.225-16 Sanctioned European Union Country Services; 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; FAR52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Disabled 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 52.242.15 Stop-Work Order; FAR 52.242-17 Government Delay of Work; Department of Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference; DIAR 1452.226-71 Indian Preference Program; DIAR 1452.204-70 Release of Claims; FAR 52.217-8 Option to Extend Services (paragraph one; 15 days); FAR 52.217-9 Option to Extend the Term of the Contract (paragraph (a) 15 days in both blank spaces) (paragraph (c) 48 months); FAR52.217-3 Evaluation Exclusive of Options; and FAR 52.212-2 Evaluation are all incorporated by reference herein.
 
Record
SN01361893-W 20070805/070803222439 (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.