Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

R -- Bureau of Indian Education, Family and Child Education Program

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RABQ2100047
 
Response Due
8/3/2010
 
Archive Date
7/30/2011
 
Point of Contact
Marita Roth Contracting Officer 5055633015 ;
 
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
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, RABQ2100047, 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, materials, and personnel to provide services to be performed and incurred by the small business. 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. 1. Description of Services/Introduction: The purpose of the Family and Child Education (FACE) Program is to provide effective and quality adult and early childhood education including parenting education to promote student academic achievement beginning in the earliest years of life with direct daily involvement of parents in developmental learning activities. The research on early childhood education indicates young children "at risk" without effective parent involvement, education, and support. The "at risk" children who come to the elementary schools with below average skills and need assistance in preparing them for school success. The FACE program must have a comprehensive evaluation of the program to measure outcomes and success to continue to provide quality implementation of the model. Recent evaluations conclude that FACE has increased the educational attainments of its participants both academically and socially. Parental involvement has increased and the recognition of the role of parents has been supported. 2. Background: The Bureau of Indian Education (BIE) serves as a State Education Agency (SEA) for 184 elementary and secondary schools and dormitories serving approximately 48,000 students located in 23 states on 63 American Indian reservations. The FACE Program is a culturally appropriate family literacy, adult and early childhood education, and parental involvement model which provides for and promotes educational services for all children, prenatal to third grade, and their parents in three settings: (1) home, (2) Bureau of Indian Education funded schools in centers based for 3-5 year olds, and (3) K-3rd grade. FACE has been identified as the model the BIE uses as a tool for school reform based on extensive research 3. Objectives: This Contractor shall deliver a descriptive, analytical research/evaluation study of the success/effectiveness of the FACE program in raising or improving the following areas: (1) Evaluating school readiness skills in children entering kindergarten, (2) Evaluating academic achievement levels of students in the FACE Program at various entry points in the elementary level, and (3) Evaluating achievement outcomes of both adults and children in the FACE program, academically and school readiness, and (4) in addition, measuring the success of increased amounts of written material in the homes of young children, thus increasing access to literacy materials for children and families who do not have easy and convenient access to adequate printed materials to support learning. The three major objectives are: Objective 1 - 1. Develop a comprehensive research study that shall be used to provide data analysis on the impact of FACE involvement and other pre-school activities at various school entry points, within criterion referenced timeframes;2. Develop a comprehensive research study that evaluates, compares and analyzes the impact of FACE involvement as it relates to school readiness skills necessary for success upon school entry;3. Use commercially available school readiness assessment for appropriate grade levels, required to carry out the provisions of this statement of work. All instruments utilized shall be scientifically researched, developmentally appropriate and criterion referenced. 4. Coordinate with the Division of Performance & Accountability (DPA), Early Childhood staff, the protocol, information and any other tasks that require BIE-DPA staff involvement; 5. Include a comparison of student performance at entry of various grade levels for a sample of FACE students and non FACE students, utilizing similar assessment tool(s). Objective 2 - 1. To provide training and technical assistance to the BIE and the 49 FACE programs in conducting the study and analysis of the data.2. The contractor shall coordinate with the BIE-DPA Early Childhood staff, the locations for training and distribution, dissemination of information and protocol to conduct/distribute the evaluation;3. The contractor shall develop within 90 days of the contract period a timeline of implementation to complete all tasks;4. The contractor shall determine the best assessment instrument(s) to be utilized. 6. The contractor shall provide data in summary format to BIE-DPA and the 49 FACE programs at scheduled professional development training. Objective 3 - The contractor may, if necessary, provide additional studies or outlined needs to further evaluate the program based on program expertise to the BIE-DPA Early Childhood Director. 4. Period of Performance: The period of performance shall be for one (1) Base year of 12 months and four (4) twelve month option years. The period of performance shall read as follows. Base year: August 20, 2010* - June 30, 2011Option Year 1: July 1, 2011 - June 30, 2012Option Year 2: July 1, 2012 - June 30, 2013Option Year 3: July 1, 2013 - June 30, 2014Option Year 4: July 1, 2014 - June 30, 2015*start of contract. 5. General Information: The CORs are: Debra Lente-Jojola is the Contracting Officers Representative. 6. Government Furnished Property, Equipment, and Services: None. 7. Contractor Furnished Items and Services: The Contractor shall furnish everything required to perform these services 8. Qualifications: a. The contractor shall have seven or more years background and experience working with Bureau funded schools;b. The contractor shall have a Masters degree, preferably a Doctorate in Education or research with experience in educational research;c. The contractor shall have the ability to conduct a research study of this complexity, including analysis, and differentiation of several types of pre-readiness programs, (FACE, Head start, Even-Start, etc.), understanding varied levels of family literacy; and defining and assessing family involvement in a FACE setting that relate to an evaluation of this magnitude; d. The contractor shall possess knowledge of the FACE model, components, sites and school settings from prenatal through Grade 3;e. The contractor shall create a research design applicable to a pre-readiness study for Kindergarten entry children and at Grade 3;f. The contractor shall possess knowledge of early childhood and developmentally appropriate best practices;g. The contractor shall have a research design and tools readily available for a analysis of data submitted (approximately 2500 children/adults, in 49 FACE programs, in 10 states nationwide);h. The contractor shall possess knowledge of a criterion referenced standardized test, specifically: for kindergarten and grade three;i. The contractor shall identify and utilize a Kindergarten pre-readiness tool to determine pre-readiness skills and outcomes of participants;j. The contractor shall have the knowledge and expertise to provide a compilation, analysis & reporting of data required to address the question of the impact of FACE on early learning. 9. Deliverables: To provide the BIE-DPA, Early Childhood office with a comprehensive analysis of the data in user friendly formats that will be utilized to determine the effectiveness of the FACE program and to be used to support future funding efforts as well as program improvements.a. The contractor shall include recommendations based on the analysis of data and consistent with the FACE model philosophy and goals.b. All materials and/or documents, etc. developed and utilized are the property of the BIE; c. The contractor shall furnish an evaluation narrative report of the data, with visuals, charts, diagrams, etc., addressing the main purpose of the evaluation and outcomes for adults and children.d. The contractor shall meet with the BIE-DPA personnel, and others, if necessary to present the information and findings;e. The contractor shall present evaluation data at National meetings or other BIE venues.f. The contractor shall provide an executive summary of the FACE program evaluation. 10. Applicable Publications: This is not applicable. 11. Security: The contractor's consultants will comply with all BIA Security requirements. 12. Place of Performance: The BIE-DPA Office and the 49 FACE programs, who will participate in the FACE evaluation study as described in this document: 13. Location of the FACE Programs, listed by State.ARIZONA"Blackwater - Coolidge"Casa Blanca - Bapchule"Chilchinbeto - Kayenta"Chinle - Many Farms"Gila Crossing - Laveen"John F Kennedy - White River"Kayenta - Kayenta"Leupp - Winslow"Little Singer - Winslow"Rough Rock - Chinle"Salt River - Scottsdale"Santa Rosa - Sells"T'iis Nazbas - Teec Nos PosKANSAS"Kickapoo - PowhattanMICHIGAN"Hannahville - WilsonMINNESOTA"Fond du Lac - CloquetMISSISSIPPI"Pearl River - ChoctawNEW MEXICO "Alamo - Magdalena"Atsa Biyaazh - Shiprock"Baca/Dlo'ay azhi - Prewitt"Beclabito - Shiprock"Chi Chi'l Tah/Jones ranch - Vanderwagen"Dzilth-Na-O-Dith-Hle - Bloomfield"Lake Valley Navajo - Crownpoint"Mariano Lake - Crownpoint"Na'Neelchiin Ji Olta - Cuba"Pine Hill - Pine Hill"Santa Clara - Espanola"T'iis Ts'ozi Bi'Olta - Crownpoint"To'Hajillee - Laguna"Wingate - Fort WingateNORTH DAKOTA"Dunseith - Dunseith"Tate Topa - Fort Totten"Theodore Jamerson - BismarckSOUTH DAKOTA"American Horse - Allen"Enemy Swim - Waubay"Little Wound - Kyle"Pine Ridge - Pine Ridge"St. Francis - St. FrancisWASHINGTON"Chief Leschi - PuyallupWISCONSIN"Lac Courte Oreilles - Hayward"Oneida Nation - Oneida Identification of seven (7) new sites will be determined at a later date. The locations are not yet available. 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 five 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 52.2 12-3, 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. 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. The Evaluation Factors are: 1. Technical Capability. (1a) Technical Excellence: Describe your ability to meet the Objectives section of the Statement of Work (SOW). (lb) Technical Approach: Describe your technical approach to accomplish each of the deliverables in the Statement of Work. (1c) Past Experience: List contracts that are of comparable size, complexity and similar, (1d) Personnel Qualifications. Provide resumes; 2. Past Performance. Provide recent and relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. 3. Price. 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 August 12, 2010, 2:00 PM Local Time (MDT). You may mail your quote to BIA, Albuquerque Acquisition Office, PO Box 26567, Attention: Marita Roth, Contract Specialist, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019. For overnight express service: 1001 Indian school Road, Ste 347, Albuquerque, NM 87104.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ2100047/listing.html)
 
Place of Performance
Address: Department of Interior, Bureau of Indian Education,Division of Performance and Accountability, 1011 Indian School Road, Albuquerque, NM
Zip Code: 87104
 
Record
SN02223384-W 20100801/100730234610-c038b84aba2a0cbae7508a8fd6841ff7 (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.