Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2007 FBO #2202
SOLICITATION NOTICE

R -- Professional Education Consulting Services for the Bureau of Indian Education?s (BIE) Reads Initiative

Notice Date
12/5/2007
 
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
RABQ2080003
 
Response Due
12/7/2007
 
Archive Date
12/7/2007
 
Point of Contact
BRENDELL GALLEGOS (505) 563-3009
 
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, RABQ2080003, 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 and the business size maximum is $6.5 Million. The proposed contract is a Total Small Business Set-Aside. All small business 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 52.229-14 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: 0001 Base Year: Provide all travel, supplies, materials and personnel to provide Professional Education Consulting Services for the BIE Reads Initiative Program. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. 0002 Option Year One: Provide all travel, supplies, materials and personnel to provide Professional Education Consulting Services for the BIE Reads Initiative Program. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. 0003 Option Year Two: Provide all travel, supplies, materials and personnel to provide Professional Education Consulting Services for the BIE Reads Initiative Program. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. Indefinite Delivery Indefinite Quantity (IDIQ) Contracts shall be awarded which identify a fixed daily rate (daily for all costs, with exception of travel) for the base and option year; therefore, provide only the daily rate to provide services in accordance with the SOW. The Governments intends to award IDIQ contracts for a basic year and two option years. The period of performance (POP) for the base year is from December 15, 2007 through November 30, 2008; and, the POP for Option Year One is from December 15, 2008 to November 30, 2009; and, the POP for Option Year two is from December 15, 2009 through November 30, 2010. Multiple awards shall be made. Awards shall be made to companies to provide one or more objectives delineated under the Objectives section of the SOW. The Government shall issue task orders against the IDIQ contracts for the items delineated under the Objectives section of the Sow when a need arises. Task orders shall be issued on a fixed price basis utilizing the fixed price daily rate awarded in each IDIQ contract x the number of days to complete the task plus travel costs, which shall be paid in accordance with the Federal Travel Regulations. The minimum value of each contract shall be one task order per POP for a minimum value of not less than $500.00. The maximum value of each IDIQ contract shall be twenty task orders per POP for a maximum value of not more than $500,000.00. The Government shall place task orders based upon the following factors: In order to afford fair opportunity to contractors, task orders shall be issued against IDIQ contracts only to contractors that have received the award for the particular objective. The task order ombudsman shall be: Name: Dianne Gutierrez, Contracting Officer (CO), Address: 1001 Indian School Road, Albuquerque, NM 87104; Telephone: 505-563-3007; Fax: 505-563-3019. SCOPE OF WORK (SOW): The SOW is as follows: Scope of Work Background: The Bureau of Indian Education serves as a state education agency (SEA) for 184 elementary and secondary schools and dormitories serving approximately 45,000 students located in 23 states on 63 American Indian reservations. The scope of work calls for data management and external evaluation services to assist the BIE in implementing its BIE READS! Initiative, funded through a direct congressional appropriation. The purpose of the BIE READS! Initiative is to expand the impact that Reading First is having by establishing reading programs for students in kindergarten through grade 3 that are based on scientifically based reading research, to ensure that every student can read at grade level or above not later than the end of grade 3. Seventeen schools have been identified for participation in school year 2007-2008. Objectives: 1) Gather student achievement data three times yearly (fall, winter, and spring) through expert administration of DIBELS benchmark assessments via Palm technology at pre-determined school sites. 2) Analyze data results from DIBELS assessments and provide the SEA with comprehensive data analyses to assist in program improvement planning. 3) Serve as an expert external program evaluator and develop protocols to gather data from a variety of sources (student achievement, program implementation, effective teaching practices, leadership practices, etc.) to assist the SEA with identification of promising practices, effective program implementation and identification of schools that are struggling to implement effective reading instruction programs. 4) Assist the SEA Reading Programs staff with on-site monitoring and program evaluations. 5) Meet with and provide information to the SEA Reading Leadership Team as requested to present evaluation findings and recommendations. 6) Provide technical assistance and professional development in the areas of DIBELS assessments, data analysis and data utilization for program improvement to SEA Reading Programs staff and staff at BIE READS! schools. 7) Assist SEA Reading Programs staff with national, regional, and/or local presentations or trainings as requested. Qualifications of Expert Provider Knowledge, skills and abilities required of expert provider: 1. Requires thorough knowledge of all DIBELS assessments and accompanying administration rules for scoring. Contractor must provide evidence that persons responsible for DIBELS administration have at least one year of experience administering the various DIBELS subtests. 2. Requires computer and technical skills to solve problems with computers, the DIBELS conduit software, network access, and Palms used for the DIBELS assessments while on site at geographically isolated and remote schools that use satellite technologies for telephone and Internet access. 3. Ability to administer DIBELS benchmark assessments for grades K ? 3 using Palm technology. This includes the ability to install conduit software on desktop computers, setting up Palms with appropriate software, administering the DIBELS assessments on Palm devices, and synching the data to an online secure website. 4. Ability to meet pre-determined schedules for administration of DIBELS benchmark assessments to all K-3 students and to conduct external evaluation activities with sufficient staff in schools in remote locations. Site visits to administer DIBELS assessments and collect external evaluation data from all BIE READS! schools funded in this cycle must be conducted within 3-week periods that have already been scheduled during winter and spring of the 2007 ? 2008 school year and fall 2008-2009 school year. 5. Ability to collect and analyze both quantitative and qualitative data using measures aligned with program goals and objectives, including measures of fidelity of implementation of reading programs and use of effective teaching and leadership practices. Reading programs include: Houghton-Mifflin 2003 and 2005, Open Court 2002, Reading Mastery Classic and Reading Mastery Plus, Voyager Universal Literacy System and Passport by Voyager, Harcourt Trophies, Read Well, McMillan-McGraw/Hill, and Read Naturally. 6. Ability to analyze DIBELS data to produce progress graphs that show assessment results across multiple time points disaggregated by school, grade, and DIBELS instructional recommendations. 7. Ability to analyze DIBELS scores, SAT-10 scores, and demographic data for each BIE READS! school and for the BIE Reading Programs 8. Ability to match and clean data from multiple sources without consistent student identifiers prior to conducting statistical analyses. 9. Ability to analyze data from multiple sources using statistical models such as Hierarchical Linear Modeling to determine factors affecting outcomes and interactions between factors, and to determine the impact of BIE READS! on teaching quality and student outcomes. 10. Proven ability to provide on-going technical assistance and professional development to Reading Programs staff and school staff in the areas of student assessments and data utilization to drive instruction. 11. Proven ability to write comprehensive reports of findings and data analyses that are user-friendly and completed in a timely manner. 12. Ability to communicate effectively both orally and in writing. Responsibilities of the Provider ? Meet with SEA Reading Programs staff to receive project orientation and review timelines and deliverables within one week after award of the contract. ? Ensure sufficient trained staff to conduct required DIBELS benchmark assessments three times yearly and external evaluation activities at all identified BIE READS! sites within the 3-week established timeframes. ? Make appropriate travel arrangements including payment of costs to be reimbursed upon completion of work assignments for DIBELS benchmark assessments, external evaluation activities, and any on-site technical assistance or professional development provided to schools. ? Make appropriate travel arrangements including payment of costs to be reimbursed upon completion of work assignments for scheduled meetings, trainings, or professional development provided with/for the SEA Reading Programs staff. ? Provide the SEA Reading Programs staff with written reports for each school upon completion of each benchmark assessment/external evaluation period. ? Develop and provide all materials for professional development and technical assistance. ? Communicate regularly with the Reading Programs staff and notify the Director immediately of areas needing State level attention. Timeline This is a one year contract with an option for renewal for Year 2 and Year 3 which may include an increase/decrease in the number of schools served. The base year period of performance is December 15, 2007 through December 14, 2008. 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 two 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 (OIEP), 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 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 52.219-4, 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 FAR 52.216-8 Ordering (para a, Date of Award through September 30, 2007 with one option year); FAR 52.216-19, Order Limitations(para a, $100.00; Para b (1) $500,000.00, Para (b)(2) $500,000.00, Para 3, 30 days); FAR 52.216-22 Indefinite Quantity (Para d, September 10, 2007 with one option year); FAR 52.216-18 (para 1, Date of Award through September 10, 2007 with one option year); FAR 52.216-27, Single or Multiple Awards; 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 and/or tasks delineated in the Scope of Work. 1c. Past Experience: List contracts that are of comparable size, complexity and similar; and, provide references demonstrating previous experience for similar like contracts. This experience shall show that experience building infrastructure systems for schools from the eligible list were defendable through the PIA, selective review process, and cost-effectiveness audits performed by the SLD. 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 December 07, 2007; 9:00am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
 
Record
SN01464363-W 20071207/071205231706 (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.