Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

U -- Policy Review/Development Services for the Bureau of Indian Education (BIE), throughout the United States

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW: ALBUQUERQUE, NM 87
 
ZIP Code
00000
 
Solicitation Number
RMK0E070169
 
Response Due
9/7/2007
 
Archive Date
9/7/2007
 
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, RMK0E070169 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 will be an open market buy. All 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 prime. All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. Please provide a breakdown of your costs. The breakdown shall include a daily rate and 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 with a base and four one year option year periods. The Period of Performance (POP) shall be from September 15, 2007 to September 14, 2008. The option year POP shall be from September 15 to September 14 for each subsequent year. All work shall be performed in accordance with the Scope of Work. The contract shall be awarded as a firm fixed price contract with a base and four-option year periods. Please provide a lump sum cost with a breakdown of your costs for all five years. This office is requesting quotes on the following item: 0001 BASIC Year: Provide all travel, supplies, materials and personnel to provide Residential Programs Enhancement Services for Bureau of Indian Education Schools located on Indian Reservations or off reservations throughout the United States in accordance with the Scope of Work (SOW). The schools are attached. The QUANITY is 66 Bureau Operated Residential Programs School/Dorm The UNIT is hour. 0002 Option Year One (1): Provide all travel, supplies, materials and personnel to provide Residential Programs Enhancement Services for Bureau of Indian Education Schools located on Indian Reservations or off reservations throughout the United States in accordance with the Scope of Work (SOW). The schools are attached. The QUANITY is 66 Bureau Operated Residential Programs School/Dorm The UNIT is hour. 0003 Option Year TWO (2): Provide all travel, supplies, materials and personnel to provide Residential Programs Enhancement Services for Bureau of Indian Education Schools located on Indian Reservations or off reservations throughout the United States in accordance with the Scope of Work (SOW). The QUANITY is 66 Bureau Operated Residential Programs School/Dorm. The UNIT is hour. The schools are attached. 0004 Option Year THREE (3): Provide all travel, supplies, materials and personnel to provide Residential Programs Enhancement Services for Bureau of Indian Education Schools located on Indian Reservations or off reservations throughout the United States on Indian Reservations or off reservations throughout the United States in accordance with the Scope of Work (SOW). The QUANITY is 66 Bureau Operated Residential Programs School/Dorm. The UNIT is hour. The schools are attached. 0005 Option Year FOUR (4): Provide all travel, supplies, materials and personnel to provide Residential Programs Enhancement Services for Bureau of Indian Education Schools located on Indian Reservations or off reservations throughout the United States in accordance with the Scope of Work (SOW). The QUANITY is 66 Bureau Operated Residential Programs School/Dorm. The UNIT is hour. The schools are attached. Please provide a breakdown of your costs. The breakdown shall include a daily rate and an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. The contractor shall be paid the fully daily rate for direct services provided to the students at the school location. If the contractor provides services off-site (i.e. not at the school location) to perform activities such as report writing etc? they shall be paid the hourly rate, which shall be determined by taking the daily rate and dividing by 8 hours, unless otherwise specified. The contract shall be awarded as a firm fixed price contract with a basic and four one year option year periods. The Period of Performance (POP) shall be from September 15, 2007 to September 14 2008. The option year POP shall be from September 15 to September 14 for each subsequent year. All work shall be performed in accordance with the Scope of Work. The SOW is as follows: Background: The Bureau of Indian Education (BIE) Funds a total of 66 residential programs throughout the United States. Fifty-two of these are residential schools with adjacent dormitory programs. The remaining 14 consist of peripheral dormitories boarding students attending local public schools. The scope of work calls for professional related services to assist in developing safe and secure dormitory environment and to establish a technical support training schedule to assist dormitories in developing safe and drug free schools. The goals are to 1) ensure safe and secure dormitory environments that promote academic and behavioral success for students at BIE funded and operated residential programs and 2) ensure that Physical, Mental, and Emotional Health needs of students enrolled in BIE dormitory programs are adequately provided for. The objectives are to 1) assess schools/ dormitories to determine what policies and procedures have not been developed and implemented and to determine the service needs of dormitories, 2) establish a technical support training schedule to assist dormitories in the development of safe and drug free schools and communities programs for mainstream and special needs students, 3) develop coordination with the School Based Health Committee to develop a system that ensures a continuum of Physical, Mental, and Emotional Health services to students enrolled in BIE funded dormitory programs. The tasks needed to accomplish the goals and objectives are to 1) assist dormitories to coordinated, develop, and implement the following policies and procedures: Residential Handbook, Emergency Procedures Plan, Drug Testing policy and procedure, Continuity of Operations Plan (COOP), No Tolerance Policy and procedure, Weapons free campus policy, Campus Security policy and procedure, Child First (Tobacco Free) policy, Discipline programs that address mainstream students and students with disabilities, Suicide Prevention policy and procedures, Student Code of Conduct, and Title-IV Safe and Drug Free Schools and Communities Plan, 2) Survey dormitories and education line offices to determine the training and technical assistance needs to ensure safe and secure environments for each dormitory unique circumstances and issues, 3) develop training materials in the form of Power Point Presentations, printed material, and other media to assist dormitories in developing the following continuum of services based upon programs and techniques that have been Scientifically Researched and proven to bring about significant improvement for At Risk youthful populations: Behavioral and Social support programs that include: Curriculum based Life Skills classes, Token economies, Experiential activities, Group and Individual Counseling, Career counseling and awareness, Recreational activities, Family and community liaison services and Cultural and Alternative Activities and Academic support to include programs that are administered in an after school setting. Programs will be identified that support learning and the development of pro-social behaviors that increase the probability of students is becoming academically and socially successful (Tutoring, Study skills, after schools programs that support (reading, math, language arts. and science), College Bound programs, Technology based learning and academic reinforcement programs that will include distance, learning as well as site based learning initiatives, and Reading First direct instructional programs), 4) train staff on presentation of material and place training material on the BIE Web site, 5) Coordinate with Deputy Director, ADDs, ELOs, and DPA, to develop a training schedule that will be carried out by targeting education line offices and combining ELO areas when possible to limit staff time away from dormitories, 6) the contractor will assist BIE develop a National Policy Memorandum (NPM) to address the administration and management of medications in BIE school/dormitory programs, 7) the contractor will develop a survey instrument that would provide dormitory programs the opportunity to report the number of students that are receiving psychological and psychiatric services, or that are prescribed: Anti Depressants, Psychotropic medication, and or other medication associated with mental or emotional illness, 8) the contractor will develop a survey instrument that would provide dormitory programs the opportunity to provide a profile of the current counseling, psychological, and psychiatric service programs on their campuses or services that are provided by contract or through Indian Health Service, 9) carry out a meta-analysis of the data acquired from the two survey instruments to determine the unmet need for counseling, psychological, and psychiatric services, 10) using industry cost structures, determine the amount of additional funding that would be needed to address the unmet need at BIE dormitory programs, 11) the contractor would assist BIE in developing a budget request for Department of the Interior and Indian Health Service funds to address the unmet need on an annual basis to be placed in the appropriation request in the 2009 request for funds, 12) develop an annual reporting process to monitor the provision of counseling, psychological, and psychiatric services for students enrolled in BIE dormitory programs, 13) the contractor would assist BIE in developing medication administration policy (Not a Prescription Policy) to all BIE funded residential programs. This policy would be implemented through a national BIE policy memorandum, 14) survey dormitory programs to acquire the following information on medical services: Where/how do students at their respective dormitory receive medical services? Are contractors utilized? Does IHS provide services, if so; how far away is the clinic/hospital? Do students receive immunizations as part of their medical services? Do students have access to dental services? Do students have optometry services available? Do students at the dormitory have access to Title-19 or the Child Health Insurance Program (CHIPS)? Does the dormitory have a dormitory based health clinic? Are there emergency medical services available for students and staff at the dormitory? Is health education provided at the dormitory or the school the students attend? How are medications dispensed at the dormitory? Does the dormitory have professional medical staff on site, i.e. doctors or nurses?, 15) complete an analysis of the data reported by the dormitories to determine the level of unmet health/medical needs of students at BIE funded dormitories, 16) provide a report to the director of BIE that provides the following information: The number of dormitories that do not have full access to medical services for students, The number of dormitories that have IHS services available, The number of dormitories that use contract medical services and at what cost, The number of dormitories students that do not have access to CHIPS or Title-19, The number of students that do not have access to optometry or dental services, The number of dormitories that do not have dormitory based health clinics, The number of dormitories that do not have medical professionals on site, The number of dormitories that do not dispense medication appropriately, and The number of students in the BIE dormitory system that do not have adequate health care available, 17) to assist BIE in developing a plan that identifies resources to provide adequate medical services to students that reside at BIE funded dormitory programs, and 18) to assist BIE in developing documents that would be utilized to negotiate Memorandums of Agreement (MOA)s and Memorandums of Understanding (MOU)s with agencies to provide support for school/dormitory based health programs. RESPONSIBILITIES OF ALL RELATED SERVICE PROVIDERS: The service provider is to: 1) report to a designated time and place for orientation to the organizational structure for service provision and the procedures delineated for providing the above specified services, 2) the provider is to make any additional reports or supply data to the LEA or BIE which may be required to evaluate and report on the provision of related services, 3) make appropriate travel arrangements including payment of costs to be paid upon completion of work assignment for scheduled works with the bureau operated schools. Travel costs shall be reimbursed at the actual costs and in accordance with the Federal Travel Regulations, 4) provide written reports and other documentation of services i.e. policies and procedures, attendance sheets, etc., and 5) develop and provide all materials for professional development and technical assistance provided to schools, leadership team, dormitory staff and education line offices. QUALIFICATIONS OF EXPERT PROVIDERS: The contractor must possess the skills and resources in management capability, human capital, experience, and technical capability as demonstrated by the completion of prior contracts and projects to support a multi-state, multi-dimensional Campus Safety, Emotional Behavioral support, Academic support, and Student health program at multiple sites. The contractor must have the academic credentials (Masters in education and psychology) or related field and staff properly credentialed (BS or BS in education or Psychology) or related field. It is preferred the contractor have prior experience with the BIE and knowledge of the BIE education and residential programs. Contractor shall have a favorable background determination issued by the BIE, Security Office. 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 four-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 (OLEP), Personnel Security and Suitability Program in accordance with the Background Investigations Clause. Please contact the Security Office at (505) 563-5287 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 52212-I 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 52.23 2-36 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 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-IS Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DL&R 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)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 Ia: 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 September 7, 2007; 8:00am 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.
 
Place of Performance
Address: 1001 INDIAN SCHOOL ROAD NW, SUITE 347, ALBUQUERQUE, NM
Zip Code: 87104
Country: USA
 
Record
SN01392529-W 20070902/070831222240 (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.