Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

70 -- RECOVERY - SOFTWARE LICENSES - TESTING SERVICES FOR WINGATE HIGHSCHOOL

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
RA000910050
 
Response Due
3/9/2010
 
Archive Date
3/3/2011
 
Point of Contact
Lynelle Benallie Contract Specialist 5058638404 lynelle.benallie@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
RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009 is subject to THE TRANSPARANCY AND REPORTING REQUIREMENTS OF P.L. 111-5 AND FAR SECTION 52.204-11. TAS No. 149/02100. Project No. D31N2191. The Bureau of Indian Affairs (BIA) is soliciting offers to procure software licenses to enhance Wingate High School student learning to prepare for NM Tests and to assist teaching staff in the use of this product. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. Solicitation No. RA000910050 herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The solicitation is unrestricted and is solicited on an open market basis. Note: The item description/specificaitons shown on the RFQ have been taken from PLATO Inc. and are for identification purposes only. The items the vendor has to offer are to be the same as to the item references. BRAND NAME JUSTIFICATION: The Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP) requires the purchase technology software for grades K-12 to implement the approved school curriculum. The Bureau operated schools has an exhaustive and comprehensive system for selecting the appropriate source for procurement of educational technology. The Curriculum Committee composed of teachers from the various subject areas and/or grade levels are responsible for reviewing and recommending curriculum software to the Bureau's IT department for the purpose of establishing or redefining information technology philosophy, objectives, concepts, and standards for improving education. The committee conducts curriculum research by telephone, visits with other schools, teacher training institutions, or test available software, and sources to obtain the best software for the school's curriculum. All of these mechanisms are collaborative, recognized, and respect the expertise of the committee members and IT department. Upon conclusion of this process, the recommended technology software is tested and approved by the Bureau's IT department. Final selections of such software is approved and a recommendation is made to purchase. Only an approved software can used in Bureau operated schools. The Bureau schools are currently using PLATO proprietary licensed software in its course curriculum. The Government would incur substantial unplanned expense by conducting another exhaustive and comprehensive review and certification process to locate and procure other licensed software that meets the current Mastery Series curriculum. The government would incur substantial cost and risk by changing or purchasing any software other than PLATO. In order for the government to be able to use another technology software, the Curriculum Committee and IT department would have to perform another comprehensive review plan to obtain funding. The delay and student education impact resulting in the interrupt in this purchase while a new review is being implemented is estimated to be financially significant and would take many months. The costs provided the priorities listed in the Bureau of Indian Education application for ARRA funding is justified for this brand name acquisition. All responsible Contractors shall provide a quote for the following (all part numbers are PLATO brand name and "or equals" will not be accepted): 1. Enhanced Secondary Language Arts Collection Student - 12 month license. 50 each at $________________ = $ ______________________. 2. Enhanced Secondary Math Collection Student - 12 month license. 50 each at $___________________ = $________________________. 3. Test Pack Student NEW MEXICO - 12 month license. 1 each at $________________________. 4. Exam Intervention Student NEW MEXICO (NMHSCE) - 12 month License. 1 each at $___________________. 5. Renewal Services package. Service Delivery: Year 1. 1 each at $___________________________. 6. Coaching and Mentoring Follow-up Session: 2 each at $___________________ = $__________________. TOTAL COST (Items 1-6): $___________________________________. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.203-15 - Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, FAR 52.204-11 - American Recovery and Reinvestment Act-Reporting Requirements. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). FAR and DIAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 1452.204-70, Release of Claims - Department of the Interior; FAR 52.211-6, Brand Name or Equal; and DIAR 1452.210-70 Brand Name or Equal. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Signed and dated quotes, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, P. O. Box 1060, Gallup, New Mexico 87305 by close of business (4:30 p.m. local time), March 9, 2010. Physical address: 301 W. Hill Ave., Room No. 346, Gallup, NM 87301. Quotes submitted by facsimile and email will be accepted. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contract Specialist, at (505) 863-8404, by fax at (505) 863-8382 or by email at lynelle.benallie@bia.gov. Award will be made at a fair and reasonable price to the responsive and responsible offeror whose offer conforms to the requirements herein, and will be the most advantageous to the Government, price and other factors considered. All contractors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000910050/listing.html)
 
Place of Performance
Address: WINGATE, NM
Zip Code: 87316
 
Record
SN02081602-W 20100305/100303234630-71cd72b8995d420bb67a8770370e0471 (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.