Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

R -- Bureau of Indian Education Reading First and Education Enhancement Program

Notice Date
3/18/2008
 
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
RABQ5080005
 
Response Due
4/4/2008
 
Archive Date
4/14/2008
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation, RABQ5080005, is issued as a Request for Quotes (RFQ). 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 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 proposal, 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 Reading First Education Enhancement 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 Reading First Education Enhancement 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 Reading First Education Enhancement 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 April 14, 2008 through April 13, 2009; and, the POP for Option Year One is from April 14, 2009 to April 13, 2010; and, the POP for Option Year two is from April 14, 2010 through April 13, 2011. 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 Background: The Bureau of Indian Education is comprised of 184 elementary and secondary schools and dormitories serving approximately 47,000 students located in 23 states on 63 American Indian reservations. This scope of work calls for professional education consulting services to assist the BIE in implementing its Reading First program, authorized under P.L. 107-110, Title I, Part B, Subpart 1, ?No Child Left Behind Act.? The purpose of the Reading First program is ?to establish reading programs for students in kindergarten through grade 3 that are based on scientifically based reading research (sbrr), to ensure that every student can read at grade level or above not later than the end of grade 3.? Twenty-five schools are identified as Reading First schools, having received funds through a competitive process to implement a K-3 reading program based on the scientifically based-research components that include phonemic awareness, phonics, fluency, vocabulary and text comprehension. 12/25 schools are in their fourth year of implementation and 13 schools are in their second year of implementation. Additionally, the Bureau of Indian Education has identified improved reading achievement outcomes for all students in all of its schools as a top priority. Vendors responding to this request may also be asked to provide on-site technical assistance and professional development to BIE Educational Enhancement schools, non-Reading First schools, but who are implementing ?Reading First models of reading instruction.? The objectives for work with any non-Reading First schools would be the same as identified below with the exception of the grade-level range, which would not be limited to K-3. Objectives: Provide on-site technical assistance and professional development to schools receiving sub-grant awards and BIE Educational Enhancement funds in order to assist the BIE with overall implementation of the Reading First program. This technical assistance and training includes: 1) observation of reading instruction in K ? 3 classrooms to assess overall implementation of Direct Instruction and sbrr practices and to make recommendations for improvement; 2) modeling of Direct Instruction and sbrr practices for teachers and reading coaches; 3) observing and providing feedback and guidance to the school?s on-site reading coach; 4) the provision of in-service on specific Direct Instruction methods and specific reading components; 5) provision of in-service related to reading screening and progress monitoring assessments utilizing the Dynamic Indicators of Basic Early Literacy Skills (DIBELS) measures; 5) the provision of in-service in effective classroom management for delivery of core, supplemental, intervention, and Direct Instruction reading programs; 6) applying sbrr practices in all aspects of reading instruction; and 7) provide support and guidance to the school?s leadership team related to effective implementation of school-wide reading programs. Assist BIE Reading First program staff with national, regional and/or local presentations or trainings as requested. Qualifications of Expert Provider Knowledge, skills and abilities required of expert provider: Classroom teaching experience in schools with high populations of under-achieving students, high poverty rates, and/or large Native American populations. Demonstrated knowledge of preparing teachers to teach reading at the undergraduate or graduate level in an institution of higher education and/or through documented teacher in-service/ professional development with specific knowledge of ? information on Direct Instruction instructional materials, programs, strategies, and approaches based on scientifically based reading research, including early intervention and reading remediation materials, programs, and approaches; and instruction in the use of screening, diagnostic, and classroom-based instructional reading assessments and other scientifically based procedures that effectively identify students who may be at risk for reading failure or who are having difficulty reading. Proven ability to: (1) successfully implement a Direct Instruction program or programs of reading instruction based on scientifically based reading research; and (2) analyze information gathered from screening, diagnostic, and classroom-based instructional reading assessments. Consultants must have knowledge of and experience with a variety of instructional reading programs being utilized in BIE Reading First schools, including but not limited to: Houghton-Mifflin, Nation?s Choice(2003, 2005, 2006); Success for All; Open Court(2002);McMillan/ Mc-Graw-Hill(2003), Scott-Foresman(2003),Harcourt Trophies (2003), Reading Mastery and Reading Mastery Plus ,Corrective Reading, Read Well, Voyager Universal Literacy System and Passport by Voyager. Consultants must also be familiar with/have experience with the Dynamic Indicators of Basic Early Literacy (DIBELS) assessment in order to provide appropriate support and assistance to schools. Previous experience working in Bureau of Indian Education schools is preferred. Responsibilities of the Provider Meet with BIE Reading First staff to receive project orientation and review timeline and deliverables within one week after award of the contract. Make appropriate travel arrangements including payment of costs to be reimbursed upon completion of work assignments for on-site visits/technical assistance to schools and/or for assistance with local, regional, and national professional development sessions. Provide written reports and other documentation of services (i.e., evaluation forms, attendance sheets, etc.) for specific services as requested by Reading First program staff Develop and provide all materials for professional development and technical assistance Timeline The contractor must be available to provide services beginning April 14, 2008. Service provisions will be scheduled with each provider on an individual basis when determination of the required consulting need is made. Contractors may be identified to perform specific objectives within the scope of work given a particular area of expertise. Multiple contracts will be awarded as indefinite delivery/indefinite quantity (IDIQ) contracts. Task orders will be issued to contractors based upon the needed service at a particular school and/or for a particular training/professional development session being conducted by the BIE. This is a one-year contract with an option for renewal for year 2 and year 3. The base period of performance is April 14, 2008 ? September 30, 2008. Service provisions will be scheduled with each provider on an individual basis when determination of the required consulting need is made. Contractors may be identified to perform specific objectives within the scope of work given a particular area of expertise. Multiple contracts will be awarded as indefinite delivery/indefinite quantity (IDIQ) contracts. Task orders will be issued to contractors based upon the needed service at a particular school and/or for a particular training/professional development session being conducted by the BIE. 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 the eRate process. 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 proposals is April 14, 2008; 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
SN01535431-W 20080320/080318224758 (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.