Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

R -- Bureau of Indian Education, Safe and Drug Free Schools and Communities Program

Notice Date
8/3/2010
 
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
RMK0E100031
 
Response Due
8/24/2010
 
Archive Date
8/3/2011
 
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
N/A
 
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, RABQ2100031, 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. 1. Introduction: The Bureau of Indian Education (BIE), Albuquerque Service Center (ASC), Division of Performance and Accountability (DPA) serves as the State Education Agency (SEA) for 183 schools and dormitories located in 23 states on or near 66 American Indian reservations. It is the goal of the BIE's Safe and Drug Free Schools and Communities Program to create a safe and secure student environment that will support individual growth, and success in the classroom, community and to enhance healthy life experiences. 2. Purpose: The mission of the Bureau of Indian Education is to provide quality education opportunities from early childhood through life, in accordance with the Tribes' needs for cultural and economic well-being, in keeping with the wide diversity of Indian Tribes and Alaska Native villages as distinct cultural and governmental entities. The Bureau shall manifest consideration of the whole person, taking into account the spiritual, mental, physical and cultural aspects of the person within family and Tribal or Alaska Native village contexts. This contract shall provide BIE staff with the capacity to successfully administer, implement, and utilize the professional development provided to enhance the student's education experience. These services and products shall provide BIE staff with the knowledge, skills and ability to strategically implement prevention programming. 3. Scope: The contractor will provide technical assistance and professional development for the BIE's Safe and Drug Free Schools and Communities Program. All activities will align with the requirements of No Child Left Behind, Title IV, Part A-Safe and Drug Free Schools and Communities and all BIE mandates that promote a safe, drug free, violence free, and secure learning environment. All activities shall increase staff capacity to enhance the student's personal growth in the school and/or dormitory. Activities will be based on scientifically based research or evidenced based practices in the before and after school setting. The BIE has the full authority to approve schedules, materials, and all activities taken to meet the objectives of the contract. All materials created in the implementation of the contract will be the property of the BIE. The contractor will provide all technical assistance materials and evaluation tool/s prior to implementation for final approval by the BIE. 4. Contract Objectives:a. Professional Development: Provide the BIE's 16 hours basic (1) Anti-bullying and (2) Suicide Prevention technical assistance sessions. b. Develop a 16 hour BIE Coaching level session based on the basic anti-bullying manual.c. Develop a 16 hour BIE Coaching level session based on the basic suicide prevention manual.d. Provide 16 hour BIE Coaching Level technical assistance sessions, anti-bullying and suicide prevention. e. The services and products are valid, reliable, and are based on national before and after schools standards, quality indicators, performance improvement benchmarks and the U.S. Department of Education requirements. f. Formative Evaluation: 5. Glossary SDFSC:Safe and Drug Free Schools and Communities BIE: Bureau of Indian Education 6. CONTRACTOR TASKS:Task 6.1: Provide 16 hour technical assistance sessions on BIE's basic BIE Anti-Bullying Program.Task 6.2: Provide 16 hour technical assistance sessions on BIE's basic Suicide Prevention Program.Task 6.3: Develop two inclusive technical assistance coaching level training modules based on BIE's basic Anti-bullying and Suicide Prevention Program. Task 6.4: Provide 16 hour technical assistance sessions on BIE's coaching level anti-bullying program.Task 6.5: Provide 16 hour technical assistance sessions on BIE's coaching level suicide prevention program. Task 6.6: Provide a Formative Evaluation on the BIE's suicide prevention program and anti-bullying program. Task 6.7: Provide end of month reports on SOW implementation for each task to the BIE. The report shall include all aspects of the service and product and SOW implementation. Report format shall be decided upon after contract award and shall include input from BIE and the vendor. 7. CONTRACTOR RESPONSIBILITIES:a. Contractor will participate in weekly and/or monthly conference calls.b. Contractor will participate in email exchanges daily, weekly, and/or monthly. 8. GOVERNMENT RESPONSIBILITIES:a. Initial site familiarization/orientation to the BIE's Safe and Drug Free Schools and Community Anti-bully and Suicide Prevention Programs. b. Shall provide background information on participating schools and dormitories.c. Shall provide the contractor with information leveling the experience, implementation, and success of the programs in order to identify specific services and products to be delivered. d. Shall provide oversight, and continuous communication with all aspects of the SOW. 9. SECTION 508 REQUIREMENTS:An additional requirement now exists as a result of the activation of Section 508 of the Rehabilitation Act law that Federal agencies' electronic and information technology to be accessible to people with disabilities. Proposals should be in compliant with electronic and information technology services, products or materials concerning Section 508. Additional information can be found at /http://www.section508.gov/. 10. RECORDS/DATA:Generated data in the performance of this requirement and ownership of the data at the end of the task shall be the property of BIE. 11. PACKAGING AND MARKING: N\A 12. QUALITY ASSURANCE:The contractor will provide the Quality Assurance plan within 5 days of contract award. This will require approval by the BIE.a. On-site performance validation inspections. b. Work in progress reviews.c. Monthly progress reports at the end of each month on each task.d. Staff surveys. The contract shall establish the terms and conditions for assessing, inspecting, and accepting the contractor's performance. 13. DELIVERIES OR PERFORMANCE a. All reports shall be delivered to the COR by the fifth business day of each month after work was performed. b. All invoices shall be delivered to the COR by the fifth business day of each month after work was performed. c. All work shall be performed at the school, education line office, and/or BIE office and, when requested at local, regional, or national gatherings of the BIE. 14. PLACE OF PERFORMANCE/HOURS OF OPERATIONa. Performance shall commence in BIE schools, dormitories, Education Line Offices or national gatherings, when deemed necessary, to conduct the services in the SOW. b. A half day is four hours; a full day is 8 hours. 15. DELIVERY DATES/PERIOD OF PERFORMANCEPeriod of performance: Begins with initial one-year period (called the base period) starting from award through a one year period. Then there will be 4 one year option periods, for a total of five years. Begins upon award of the contract and ends September 30, 2011 of the base year and September 30 of each option year. 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. Price. 2. Technical Capability. (2a) Technical Excellence: Describe your ability to meet the Objectives section of the Statement of Work (SOW). (2b) Technical Approach: Describe your technical approach and demonstrated success to accomplish each of the tasks in the Statement of Work. (2c) Past Experience: List contracts that are of comparable size, complexity and similar in nature, (2d) Personnel Qualifications; and 3. 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. 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 24, 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/RMK0E100031/listing.html)
 
Place of Performance
Address: Department of Interior, Bureau of Indian Education, Division of Performance and Accountability, Albuquerque, NM
Zip Code: 871042303
 
Record
SN02226530-W 20100805/100803235027-4f6ce1399fb8d4bfa8324682780409ee (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.