Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

R -- RProfessional Education Consulting Services for Bureau of Indian Education (BIE)

Notice Date
9/21/2009
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Indian Affairs (BIA), SWRO Albuquerque Acquisition Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RABQ2090076
 
Response Due
10/2/2009
 
Archive Date
10/3/2009
 
Point of Contact
Curtis D. Wilson, Contracting Officer, (505) 563-3129 or Mobile No. (505) 250-7029
 
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, RABQ2090076, 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 $5.0 Million. The proposed contract is a Total Small Business Set-Aside. All small 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 small business (prime). All small businesses shall comply with FAR 52.229-14, Limitations on Subcontracting. All small business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following items: 0001 Base Year: Provide all administrative costs, supplies, materials and personnel to provide Professional Education Consulting Services for BIE. All work shall be performed in accordance with the Statement of Work (SOW). The Quantity is One and the Unit is Day. 0002 Option Year One: Provide all administrative costs, supplies, materials and personnel to provide Professional Education Consulting Services for BIE. All work shall be performed in accordance with the SOW. The Quantity is One and the Unit is Day. 0003 Option Year Two: Provide all administrative costs, supplies, materials and personnel to provide Professional Education Consulting Services for BIE. All work shall be performed in accordance with the SOW. The Quantity is One and the Unit is Day. An Indefinite Delivery Indefinite Quantity (IDIQ) contract shall be awarded which identifies a fixed daily rate (daily for all costs, with the exception of travel) for the base and options years, therefore, provide only the daily rate to provide services in accordance with the SOW. The Government intends to award multiple IDIQ contracts and the contract period of performance (POP) is for twelve (12) months with 2 possible one year option periods. Task Orders shall be issued 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 x (times) the number of days to complete the task, + (plus) travel costs, which shall be paid in accordance with the current, applicable Federal Travel Regulations and + (plus) costs for special materials necessary to perform the task. The minimum valueof each IDIQ contract shall be issuanceone (1)task order per POPfor a minimum value of not less than $500.00. The maximum value of each IDIQ contract shall be twenty (20)task orders per POP for a maximum value of not more than $1,500,000.00. Task Orders shall be issued to contractors that have received the award for the particular objective and in accordance with the following criteria: A. Expertise and Experience to perform the task. 10 points. B. Geographical proximity to the place of performance of the task. 10 points. C. Past Performance on task orders previously issued against the Master IDIQ contract. 10 points. D. Cost. 5 points. Task orders shall be issued for different lengths of time with respect to the length of performance. When consultant services are required by the Government, the Contracting Officer (CO) shall provide a copy of the SOW to the contractor. The SOW shall identify the objective to be performed and the location of school or schools which require service and other pertinent information to perform the task. The CO shall request a cost proposal from the contractor to perform the work. The Contractor shall provide a cost proposal based on the daily rate awarded in their IDIQ contract x (times) the number of days to complete the task + (plus) travel costs, which shall be based on the current, applicable Federal Travel Regulations + (plus) costs for special materials necessary to perform the task order, which have been certified in writing by the CO as constituting part of the contractors undertaking. The cost proposal shall also include the names of the individuals who shall perform the work. These individuals must receive a favorable background investigation in accordance with the Background Investigations Clause. When and if agreement is reached on the cost proposal, a firm fixed price task order shall then be issued authorizing the Contractor to proceed with providing the service. Background: The Bureau of Indian Education (BIE) serves as a state education agency (SEA) for 184 elementary and secondary schools and dormitories serving approximately 46,000 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 a variety of reading, math, and educational leadership initiatives included in the BIEs Statewide System of Support funded with Title I school improvement dollars, and Education Program Enhancement Initiatives and Indian School Equalization Program (ISEP) Adjustment dollars funded with Department of Interior congressional appropriations. The overall goals of the various program initiatives are to provide instructional and leadership support to schools in order to promote a comprehensive, quality education system and assist schools with meeting adequate yearly progress objectives. The initiatives are designed to provide intensive support to schools in the areas of reading instruction, math instruction, instructional coaching, data analysis, curriculum alignment and mapping, and effective instructional and leadership practices. Improved reading and math achievement are goals for the entire BIE system, so all schools would be eligible to receive services through these contracts regardless of their particular program affiliation or designation. The BIE intends to award several indefinite delivery/indefinite quantity contracts from this solicitation. Interested contractors should identify the specific objectives for which they are qualified to provide services. Objectives: A. The contractor will provide consultants who can serve as technical reading experts in identified schools. Reading consultants/experts must be able to 1. observe reading instruction in grades K-6, K-8, and/or K-12 to assess overall program implementation of scientifically researched and evidence based practices and make recommendations for improvement; 2. model effective practices for teachers and instructional coaches; 3. observe and provide feedback and guidance to the schools on-site instructional coach; 4. provide specific in-service related to effective reading instruction; 5. provide in-service and support for the administration and analysis of screening, progress monitoring, and outcome assessments; 6. provide in-service in effective classroom management for the delivery of core, supplemental, and intensive intervention reading programs, including but not necessarily limited to: Houghton-Mifflin (2003, 2005, 2006, & 2008); Success for All, Open Court (2002), Imagine It (2008) McMillan/McGraw-Hill (2003), Scott-Foresman (2003 & 2008), Harcourt Trophies (2003), Harcourt StoryTown (2008),Reading Mastery, Reading Mastery Plus, and Reading Mastery Signature, Corrective Reading, Read Well, Voyager Universal Literacy System, Voyager Passport, and Rigby Literacy; and 7. provide support and guidance to the schools leadership team related to effective implementation of school-wide reading programs. B. The contractor will provide consultants who can serve as technical math experts in identified schools. Math consultants/experts must be able to 1. observe math instruction in grades K-6, K-8, and/or K-12 to assess overall program implementation of scientifically researched and evidence based practices and make recommendations for improvement; 2. model effective practices for teachers and instructional coaches; 3. observe and provide feedback and guidance to the schools on-site instructional coach; 4. provide specific in-service related to effective math instruction; 5. provide in-service and support for the administration and analysis of screening, progress monitoring, and outcomes assessments; 6. provide in-service in effective classroom management for the delivery of core, supplemental, and intensive intervention math programs including, but not limited to, Saxon Math, Connecting Math Concepts, Scott-Foresman, vMath, Everyday Math, iSucceed Math, and Distar Arithmetic; and 7. provide support and guidance to the schools leadership team related to effective implementation of school-wide math programs. C. The contractor will provide consultants who can support both school staff and BIE Program staff in the review and analysis of a variety of academic data, inclusive of standardized achievement data, attendance data, classroom data, and on-going progress monitoring data. The consultants must be able to 1. support school and/or BIE program staff in the use of data for the development of specific goals and action plans and the construction of lesson plans to meet the needs of all students in the school; 2. provide professional development and technical assistance to school staff in the area of curriculum mapping based on State Standards and Content Area Benchmarks; 3. assist the school staff with development of appropriate curriculum pacing plans and calendars; 4. assist the BIE with the larger program data analysis (i.e., all participating schools, etc.) and collaborate on the development of specific program plans to address needs; and 5. support capacity building related to data analysis and program planning for the upper management of the BIE. D. The contractor will provide consultants who can provide instructional leadership mentoring designed to promote the use of best practices in educational leadership for school and program administrators targeted at leadership strategies and practices that have been proven to improve student achievement. Consultants must be able to 1. assist instructional leaders with development of school-wide reading, math and school improvement instructional plans; 2. support instructional leaders skill development related to instructional observations and the provision of positive, corrective feedback to staff; 3. assist instructional leaders with data analysis and planning; 4. support on-going, high quality professional development and learning plans for schools and the larger BIE system; and 5. support capacity building in effective educational leadership for the upper management of the BIE through on-going facilitation of structured data management meetings, professional learning, and data analysis and review. E. The contractor will provide consultants who can assist the BIE with the provision of large scale professional development in national, regional, and/or local sessions. Qualifications of Expert Provider: A. Knowledge, skills and abilities required of expert provider for reading and/or math: 1. Consultants must have evidence of successful experiences as teachers, coaches, and/or professional development/technical assistance providers in schools with high populations of under-achieving students, high poverty rates, and/or large Native American populations. 2. Consultants must have current knowledge related to reading and mathematic assessments and how to analyze assessment data for instructional planning purposes. 3. Consultants must have documented evidence of the successful provision of professional development/in-service training and/or coaching of teachers of reading and/or math in schools with high populations of Native American students as evidenced by high quality evaluations from the consumers of training. 4. Consultants should have experience with a variety of core, supplemental, and intervention reading and/or math programs in order to align the professional development. 5. Consultants must have the ability to model the effective practices and facilitate guided practice for teachers, administrators, and participants in professional development sessions. 6. Consultants must have proven ability to write comprehensive reports of findings and data analyses that are user-friendly and completed in a timely manner. 7. Consultants must have the ability to communicate effectively both orally and in writing. B. Knowledge, skills, and abilities required of expert provider for data analysis: 1. Consultants must have documented experience with data analysis in school and/or program settings and have evidence of successfully training school/program staff how to conduct on-going data analysis for instructional and program planning purposes. 2. Consultants must be familiar with a variety of State Curriculum Standards and Benchmarks and provide evidence of completed training to schools in how to pair data results to curriculum standards in order to improve achievement outcomes. 3. Consultants must be able to support school/program staff in the development of specific action plans, lesson plans, and large scale improvement plans based upon data analysis. 4. Consultants must have proven ability to write comprehensive reports of findings and data analyses that are user-friendly and completed in a timely manner. 5. Consultants must have the ability to communicate effectively both orally and in writing. C. Knowledge, skills and abilities required of expert provider for leadership mentoring: 1. Consultant must have experience as an educational/instructional leader (i.e., school principal, superintendent, etc.) and/or as consultant working with leaders on large-scale school improvement projects. 2. Consultant must have documented experience providing professional development/in-service training/coaching to instructional leaders that focuses on use of models of success to improve academic outcomes for students. 3. Consultants must have the ability to facilitate the work of other professionals in both small and large groups. 4. Consultants must have the ability to analyze data and make recommendations for program improvement. 5. Consultants must have the ability to write comprehensive reports of findings and data analyses that are user-friendly and completed in a timely manner. 6. Consultants must have the ability to communicate effectively both orally and in writing. D. Knowledge, skills and abilities required of expert provider for provision of largescale professional development: 1. Consultant must have a documented history of provision of large scale professional development. 2. Consultant must provide evidence of specific training/professional development that has been provided. 3. Consultants must know adult learning theory and be able to design professional development/professional learning aligned with this theory. Responsibilities of the Provider: 1. Meet with the BIE Program staff to receive project orientation and review timeline and deliverables within one month after award of the contract. 2. 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. 3. Provide written reports and other documentation of services (i.e., evaluation forms, attendance sheets, etc.) for specific services as requested by the BIE Program staff. Written reports must be submitted to BIE Program staff within 10 days of on-site visits. Reports should include information on objectives accomplished, program strengths and areas of needed improvement/concerns. 4. Develop and/or provide all materials for professional development and technical assistance. When requested, provide copies of materials to be used in professional development/technical assistance activities for review/approval by BIE Program staff prior to the scheduled dates of service. 5. Meet with BIE Program staff as requested to review program implementation. 6. On-site consultants must complete BIE security clearance procedures. Timeline-The contractor must be available to provide services beginning approximately October 5, 2009. The initial IDIQ contracts periods of performance (POPs) shall be for approximately twelve (12) months ending September 30, 2010 with two (2) one year options, or October 1, 2010 through September 30, 2011 and October 1, 2011 through September 30, 2012, respectively. Please include your DUNS Number, CAGE Number (obtain at www.ccr.gov) and TAX ID Number when submitting your quote. The Offeror shall provide an hourly rate for the base and two one year option periods 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.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, it may obtained at http://www.arnet.gov or contact the Contracting Officer to receive a copy. The following clauses apply to this acquisition. FAR 52.252-1 Solicitation Provisions Incorporated by reference and FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009). FAR 52.212-5 (SEP 2009) 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 52.222- 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 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-I 7 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 52.217-3 Evaluation Exclusive of Options; and, FAR 52.212-2, Evaluation-Commercial Items. 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 the required Qualifications of Expert Provider section of the 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, and 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 October 2, 2:00 PM local time (MDT). You may mail your quote to BIA, Albuquerque Acquisition Office, PO Box 26567, Attention: Curtis D. Wilson, Contracting Officer, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3034.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ2090076/listing.html)
 
Record
SN01964642-W 20090923/090922001710-33ed56b3e9a769db6032da783fa0746f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.