Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2008 FBO #2256
SOLICITATION NOTICE

U -- Title IV 21st Century Schools

Notice Date
1/28/2008
 
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
RABQ6080003
 
Response Due
2/5/2008
 
Archive Date
2/12/2008
 
Point of Contact
BRENDELL GALLEGOS (505) 563-3009
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation, RABQ6080003, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-18. The North American Industry classification (NAICS) code is 611710 and the business size maximum is $6.5 Million. The proposed contract is a Total Native American Business Set-Aside. All 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 business (prime). All businesses shall comply with FAR 52.229-14 Limitations on Subcontracting. All responsible business sources may submit a proposal, which will be considered by the Government. This office is requesting proposals on the following item: 0001 Base Year: Provide all travel, supplies, materials and personnel to provide Technical Assistance, Training, and Resources for the 184 Bureau of Indian Education (BIE) Schools and Dormitories addressing title IV Part-A, Safe and Drug Free Schools and Communities requirements. 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 Technical Assistance, Training, and Resources for the 184 Bureau of Indian Education (BIE) Schools and Dormitories addressing title IV Part-A, Safe and Drug Free Schools and Communities requirements. 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 Technical Assistance, Training, and Resources for the 184 Bureau of Indian Education (BIE) Schools and Dormitories addressing title IV Part-A, Safe and Drug Free Schools and Communities requirements. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. 0004 Option Year Three: Provide all travel, supplies, materials and personnel to provide Technical Assistance, Training, and Resources for the 184 Bureau of Indian Education (BIE) Schools and Dormitories addressing title IV Part-A, Safe and Drug Free Schools and Communities requirements. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. 0005 Option Year Four: Provide all travel, supplies, materials and personnel to provide Technical Assistance, Training, and Resources for the 184 Bureau of Indian Education (BIE) Schools and Dormitories addressing title IV Part-A, Safe and Drug Free Schools and Communities requirements. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. The Governments intends to award an IDIQ contract for a basic year and four (4) option years. The Indefinite Delivery Indefinite Quantity (IDIQ) Contract shall be awarded which identify a fixed daily rate (daily for all costs, with exception of travel) for the base and option years; therefore, provide only the daily rate to provide services in accordance with the SOW. The period of performance (POP) for the base year is from the date of award through September 30, 2008; and, the POP for Option Year One is from October 01, 2008 to September 30, 2009; and, the POP for Option Year two is from October 01, 2009 to September 30, 2010; and, the POP for Option Year three is from October 01, 2010 to September 30, 2011; and, the POP for Option Year four is from October 01, 2011 to September 30, 2012. Only one award shall be made. The award shall be made to a company that provides one or more objectives delineated under the Objectives section of the SOW. The Government shall issue task orders against the IDIQ contract 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 the IDIQ contract and 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 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: Title IV 21st Century Schools Introduction: The Bureau of Indian Education (BIE), Albuquerque Service Center (ASC), Division of Performance and Accountability (DPA) serves as the State Education Agency for 184 schools and dormitories located in 23 States. It is of utmost importance to create safe and secure learning environments that foster personal growth and student achievement. BIE is committed to providing consistent and objective high quality scientifically researched and/or evidenced-based professional development opportunities for the employees of the BIE education system. Scope of Work: The contractor will provide on-site professional development activities to include school, dorm, line office, or other locations, technical assistance, program development/performance improvement, monitoring and evaluation to support a comprehensive Title IV 21st Century Schools program. All activities will align with the requirements of No Child Left Behind and BIE mandates in providing safe and secure learning environments that foster student achievement and personal growth in the day and after school programs. All contractor activities will be based on scientifically researched or evidenced based best practices. The BIE has the full authority to approve activities, schedules, materials, and all activities taken to meet the objectives of the contract. All materials created in the implementation of the contract will be the property of the BIE. Objective: To provide technical assistance, training, and resources for the 184 BIE schools and dormitories addressing Title IV Part-A, Safe and Drug Free Schools and Communities requirements. a. Task 1. To provide Train the Trainer courses/workshops to specifically address; ? Suicide prevention/intervention for school and dormitory staff. ? De-escalation of potentially violent and disruptive behavior. The contractor must be certificated by a nationally accredited or certified organization that is a recognized leader in the industry. ? ATOD recognition training, this may be developed by the contractor but must be based on professional standards and be a scientifically researched based or evidenced based curriculum. b. Task 2. To create a professional development program that includes, but not limited to curriculum, evaluation and/or outcome, schedules, materials, including all modes of multi-media, and other venues necessary to build capacity of schools, dormitories, and education line offices in provision of the programs directly related to Safe and Drug Free Schools and Communities and 21st Century Community Learning Centers. c. Task 3. To serve as a resource/clearinghouse for grant opportunities and information needed by the school and dormitory staff in meeting the BIE mission requirements in exceeding Safe and Drug Free Schools and Communities program and the 21st Century Community Learning Centers programs requirements. This may include, but not limited to, local/State/National prevention and intervention opportunities and/or activities to utilize or participate in, this may be a list serve to all schools and dormitories, conference calls, and various other venues of communication agreed upon by the BIE. d. Task 4. To provide schools and dormitories professional development and curriculum on the Continuity of Operations Plan and emergency preparedness to include, but not limited to, plan update and revision, staff development, tabletop and response exercises, debriefing, post recovery and other venues needed to provide a comprehensive safety program. The program must reflect Federal mandates/requirements and industry standards in the school and dormitory setting, i.e. FEMA and Homeland Security recommendations. e. Task 5. To provide training on school and dormitory data use in program development. Data my include the Native American Student Information System, Youth Risk Behavior Survey, and other data deemed useful in meeting the needs of the program. f. Task 6. To provide monitoring activity reporting, including but not limited to, on-site activities, all modes of communication, and meetings activity report due 5 days prior last day of the month. g. Task 7. Provide an exit meeting reports to the school/dormitory official after the site activity including any recommendations for performance improvement, and submit a report to the BIE no later than 10 days after initial site activity. h. Task 8. Provide training and for school/dorm resource and security officers. Training and curriculum must include, but not limited to, campus, environmental/building, and other related topics a well trained/qualified resource/security officer meeting industry and/or professional standards in a school or dormitory setting. i. Task 9. To provide a staff safety and orientation program/manual that will address general and department specific topics meeting and exceeding the requirements of the BIE Stand Down requirement. Required Qualifications: Vendors proposing to bid on this solicitation must meet the following qualifications. a. Must demonstrate knowledge, experience, and understanding of the BIE schools and dormitories programs in meeting the requirements of the No Child Left Behind PL. 107-110, 21st Century Schools Safe and Drug Free Schools and Communities and 21st Century Community Learning Centers. b. Must demonstrate knowledge, experience and understanding of the BIE COO Plans and Emergency Preparedness Plans. c. Must demonstrate extensive experience in performance improvement activities directly impacting Title IV programming. d. Must have the appropriate qualifications and/or certifications to provide train the trainer professional development workshops and/or courses specifically addressing suicide, the de-escalation of violent and disruptive behavior, and ATOD recognition with student populations. These courses must be meet national industry certification standards, guidelines, and /or accreditation. Trainees must have a level of certification or recognition substantiating their level of competence based on industry standards. e. Must provide a list of previous training and site visits accomplished that reflect the ability to travel to remote locations in the BIE system in order to provide service to schools and dormitories located in 23 States. f. Must have demonstrated experience in working with Native American staff, students, and the BIE education system. Timeline: a. Activities will commence upon the awarding of the contract, all activities will be scheduled at this time with consideration of the education line office and school/dorm schedule. The final schedule will be approved by the BIE. b. Monthly activity reports are due at the end of each month for 21st Century Community Learning Centers and Safe and Drug Free Schools and Communities. c. Year end report due 10 days prior end of contract year to include, but not limited to, cumulative data on performance improvement and/or activities, site visits, and other areas decided upon by the contactor and BIE, year end report approved by BIE. d. One scheduled visit to each of the 60 21st Century Community Learning Centers within the specified program year as outlined in their grant. This schedule will be approved by the BIE. e. Annual training for the 22 education line offices, schedule to be approved by the BIE. f. Train the Trainer workshops to be scheduled with approval by the BIE. Term: a. Term of contract is one year with four one-year options. b. Contractor will provide one original and two copies of a cost proposal and project proposal. Deliverables: a. Task 1- The contractor, shall have provided by the end of the contract year, 20 days of Train the Trainer workshops, this task will be approved before the training schedule begins. b. Task 2 ? The contractor shall provide a professional development, this task will be approved by BIE before training schedule begins, program based in Title IV ? 21st Century Schools, approved by BIE, for the BIE Education Line Office, school and dormitory staff. c. Task 3 ? The contactor will research prospective resources, including local, State, and Federal to help support the BIE mission. The contractor will have identified supplemental sources directly related to Title IV-this is a monthly activity to be approved by BIE before distribution. d. Task 4 ? The contractor will provide a professional development program, before the training schedule begins, that exceeds the Federal and BIE standards in meeting the requirements set forth in the C.O.O. Plan and the BIE Emergency Preparedness Plan. e. Task 5 ? The contractor will provide professional development curriculum , before the training schedule begins, using the Title IV data used by the BIE, to include BIE and School/dorm level information using NASIS, YRBS, incident reports, and SCAN. f. Task 6- The contactor will provide cumulative, past two years, site monitoring reports that will include and be based on past and current trends in the BIE Title IV program. The contactor will provide a BIE specific performance improvement plan that addresses trends based on the past two years Title IV and 21st CCLC site visit reports. The school/dorm specific plan/s will be approved by the BIE before site monitoring and the training schedule begins. g. Task 7 ? The contactor will provide BIE with a comprehensive BIE exit report based on current BIE Title IV exit interview practices. The report format will be approved by BIE before any activity begins. The contractor must also provide a scripted exit interview process. h. Task 8 ? The contactor will provide the school/dorm resource and security officer training curriculum, approved by BIE, before the training schedule begins, referencing professional and industry standards directly related to the security and resource officer position duties and responsibilities. i. Task 9 ? The contactor will provide a staff safety and orientation manual, to include school/dorm wide and department specific, before the training schedule begins. O.S.H.A, B.I.E., B.I.A., I.H.S. and other regulatory agencies must be referenced in the manual development. The base year period of performance is Contract Award date through September 30, 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 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 a 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 the 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. Proposals 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 proposals is February 05, 2008; 9:00am Local Time. You may mail your proposal to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your proposal to (505) 563-3019.
 
Record
SN01494185-W 20080130/080128224738 (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.