Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

S -- Anti-Meth Training--Buy Indian Set Aside

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
MCP-9K0L04
 
Response Due
9/15/2009
 
Archive Date
9/4/2010
 
Point of Contact
Meridith Potts Contract Specialist 7033906348 Meridith.Potts@BIA.GOV;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
****************Native American and Alaska Native Vendors Only************This is a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, and guidance of FAR 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation that will be published; proposals are being requested and a written Solicitation will not be issued. This combined Synopsis/Solicitation will be provided electronically only.The proposed contract is an Indian Owned Set Aside under the authority of the Buy Indian Act 25 U.S.C. 47. All Indian owned 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 Indian owned business (prime). All Indian-owned businesses shall comply with FAR 52.219-14 Limitations on Subcontracting. 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. The Bureau of Indian Affairs Office of Indian Services is seeking responsible and responsive Native American and Alaska Native vendors to fulfill a requirement to provide methamphetamine and child abuse awareness training to law enforcement, social services, courts, treatment providers and victim/witness coordinators throughout Indian Country. STATEMENT OF WORKBACKGROUND The Bureau of Indian Affairs Office of Indian Services has a requirement to provide methamphetamine and child abuse awareness training to law enforcement, social services, courts, treatment providers and victim/witness coordinators throughout Indian Country. This will enhance collaboration between these service groups and help to ensure that children's needs are met when drugs and/or violence associated with drugs are involved. SCOPE OF WORKContractor shall conduct a three-day training session for approximately 50 students. The following topics will be addressed through lecture and interactive exercises:?Child Abuse and Protection Awareness Training-To recognize exposure to methamphetamine and methamphetamine-related issues affecting the health, safety and welfare of Indian children.-Identify worker safety issues for those investigating and responding to child abuse reports where drug abuse may be involved.?Signs of Meth Use in a child's environment-Learn specific child abuse investigator tasks and strategic skills in conducting risk assessments of endangered children in drug abuse environments.?Prevention and Safety-To understand the importance and explore methods of strengthening coordination and cooperation between programs and agencies in addressing safety issues of children residing on Indian reservations.-Educate in prevention and strategize methods of supporting families in the recovery process which methamphetamine abuse is a factor in child abuse referrals. TIMEFRAMETentative timeframe for completion of training is from October of 2009 to February of 2010. FACILITIESFacilities will be selected and arranged for by the contractor, except for the Albuquerque location. Training at Albuquerque is to be scheduled at the BIA training center through the Office of Indian Services. Facility cost for the other 5 locations should be factored into the overall price.LOCATION Training sessions will be performed at the following locations: Billings, MT, Seattle, WA, Phoenix, AZ, Albuquerque, NM, Bismarck, ND and Tulsa, OK. DELIVERABLESContractor shall provide a summary report to the Drug Enforcement Division with feedback/observations of each training site and session. Summary report will include the number of students at each location and class critiques completed by each student. TRAVELTravel expenses will not be reimbursed as a separate line item. Travel costs may be factored in the overall price. Any travel will be in compliance with the Joint Travel Regulations. OTHEROverall price should factor in instruction fees, instructor's travel and per diem, all shipping/handling fees for equipment, training materials, and costs for training locations (i.e. conference room, audio/visual devices). The applicable NAICS is 611710, Educational Support Services. The Solicitation MCP-9K0l04 is a Request for Proposal (RFP). The anticipated award date will be no later than 09/25/2009. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26.Offerors are required to check Federal Business Opportunity website: www.fbo.gov for any amendments to this combined Synopsis/Solicitation. All questions must be in writing and received by the BIA Contracting Office not later than 10:00 am local time by 09/09/2009. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined Synopsis/Solicitation. The email address for submission of all questions is meridith.potts@bia.gov. Questions must be addressed to the Contract Specialist only.I. PROPOSAL SUBMISSION REQUIREMENTS: The RFP shall be submitted electronically by 09/15/2009, by 10:00 am local time to the attention of:Meridith PottsContract Specialist BIA DAPM Via electronic transmission to meridith.potts@bia.gov II. Proposal Content: The offeror's proposal shall consist of Sections A through C as described below. a. Technical Capability: approach to understanding the requirement and qualifications. b. Past Performance: The offeror shall submit at least three (3) Past Performance References for contracts of similar work performed. References shall include a) date of work performed and brief description of assignment; b) dollar value of the contract and c) point of contact. References must be able to confirm experience as it relates to the project. c. Pricing: The Offeror's price proposal must include a firm fixed price. Offerors must submit a complete response. Responses that are not complete will be returned without further consideration. Responses must be electronically submitted in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twenty (20) single sided pages. III. EVALUATION: "This will be a best value award conducted in accordance with Federal Acquisition Regulation (FAR) Part 12. The award will encompass the entire Statement of Work. No partial awards will be made. "Award will be made to the offeror deemed responsible in accordance with FAR 9.104, as supplemented, whose proposal conforms to the Solicitation's requirements and is judged to represent the best value to the Government. "FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) The above stated FAR Clause is applicable to this evaluation process. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:- Offeror's technical approach, the offeror's approach to understanding the requirement and qualifications.1.Understanding the cultures and customs of individual tribal entities and family dynamics associated to Native Americans.2.Working knowledge of children involved in Methamphetamine and other drug related investigations.3.An understanding of the legal system, preferably Federal, when dealing with family members associated with drug investigations. 4.Knowledge of the Indian Child Welfare Act (ICWA). The quality of the offeror's recent and relevant past performance 1. Have previously provided trainings within Indian Country.2. Educational background to support the training and experience involved to make a credible, intelligent training environment.3.References to previous trainings and a Bio on credentials/qualifications related to drugs, children, investigations, etc. - Price The evaluation criteria above are listed in descending order of importance. When combined, the technical approach and past performance are significantly more important than price. As non-priced factors reach equality, price becomes a significant factor. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. The Government shall not be liable for any costs incurred in response to this request.A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. "The Government intends to evaluate proposals and award a contract without discussions with offerors except for clarifications. Therefore, the offeror's initial proposal should contain the offeror's best terms. The Government reserves the right to conduct discussions if deemed necessary. "Past Performance: Offeror must ensure three (3) Past Performance References are submitted as described above. Past Performance shall be received by the submission date of proposals. Past Performance references must be emailed as stated above. Past performance assessments will be evaluated in the areas of : "Quality of Work"Business Relations"Timeliness of Performance"Customer Satisfaction a.EVALUATION APPROACH: The Government intends to use the offeror's proposal as a means of evaluating the offeror's ability to satisfy the requirement of this Purchase Order, in terms of the technical approach in conjunction with past performance, and pricing submission to determine the award of the Purchase Order. The best value will represent the offeror that demonstrates the ability to provide the best proposal to the Order, considering the offerors' understanding of the project and the offeror's approach to satisfy the requirements, ability to satisfy the schedule and deliverable requirements, past performance as it relates to the Order and price. Price will include the reasonableness of the price and locality adjustment factor(s). The Government may award to other than the highest rated offeror when the price proposed by this offeror for the tasks is determined to be unaffordable.IV. SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation52.204-7 Central Contractor Registration52.212-1 Instructions to Offerors-Commercial Items52.212-2 Evaluation Commercial Items52.212-3 Offeror Representations and Certifications -Commercial Items52.212-4 Contract Terms and Conditions-Commercial Items52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders---Commercial Items (19, 20, 21, 22, and 39)FAR 52.219-14 Limitations on Subcontracting52.229-1 State & Local Taxes52.252-2 Clauses Incorporated by ReferenceThis contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.acqnet.gov/FAR. END OF DOCUMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/MCP-9K0L04/listing.html)
 
Record
SN01941543-W 20090906/090905000629-f32c47c5a945bb1c2182ea6343003347 (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.