Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

R -- R - Professional Services - BIE Organization Evaluation

Notice Date
12/16/2010
 
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
RMN00110037
 
Response Due
12/27/2010
 
Archive Date
12/16/2011
 
Point of Contact
Dianne L. Gutierrez Supervisory Contract Specialis 5058638252 ;
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. RMN00110037 herein cited 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 2005-43. This acquisition is a "Buy Indian Act" Set-Aside Solicitation. NAICS Code: 541612. This will be a Performance Based Procurement. The following is the Statement of Objectives (SOO): STATEMENT OF OBJECTIVES (SOO)for a Bureau of Indian Education (BIE) Organizational Evaluation 1.0 BACKGROUNDThe Bureau of Indian Education (BIE) within the Department of Interior is responsible for 183 elementary, secondary, residential and peripheral dormitories across 23 states. 124 schools are tribally controlled, 59 schools are BIE Operated schools and the BIE oversees 2 post-secondary schools as well and employees approximately 3,800 educators. These institutions contain approximately 42,000 American Indian and Alaska Native students. The BIE, Director is concerned with the declining overall enrollment and the role of the BIE in its effectiveness to improve the standards of improving test scores, local standards, accountability, quality of education, attention to minority populations, school choice and funding established by the No Child Left Behind legislation (NCLB). 2.0 PURPOSEThe purpose of this contract is to conduct an organization evaluation of the BIE and provide recommendations to be used as the formulation of a strategic plan that will be a working document to provide an initial indication of the operation and health of the organization and to pursue and implement a greater awareness, effectiveness and efficiency in carrying out its core mission. The BIE expects to receive a comprehensive report that will provide answers questions such as the following:1.Do we have the right mid-level managers, performing duties and responsibilities, currently leading the BIE?2.What are the current mid-level managers currently doing to provide leadership at their Education Line Office, Associate Deputy Director's Office, Schools, and Universities?3.How the BIE should be established organizational and what duties and responsibilities should the mid-level managers be performing to be more effective. 3.0 SCOPE OR MISSIONThe purpose of this contract is to obtain a comprehensive evaluation on the performance of the existing mission, structure and effectiveness of the BIE in order to determine the effectiveness of the organization and provide recommendations on changes to be implemented to improve the effectiveness of the BIE. The evaluation will include, but not be limited to a review of the organization, evaluation of current leadership roles and effectiveness, internal and external communications, school achievement, enrollment, administrative resources, staff alignment and finances. This Statement of Objectives (SOO) reflects current BIE organization structure with associated position descriptions to allow offerors to develop a survey instrument to obtain data on the leadership roles and responsibilities, which will be utilized to provide recommendations on reforming the BIE organization. 4.0 REQUIREMENTSTask 1. Evaluation of Leadership: Contractor will develop survey instrument and process to collect data. The areas of data to be gathered will include, but not be limited to, achievement, enrollment and financial data for BIE Operated and BIE Funded Schools. A Strengths, Weakness, Opportunities Threats (SWOT) analysis shall be prepared for the BIE Director and Senior Management. Task 2. Recommendations on Developing and Implementing an Effective Organization: Contractor will perform a review of existing administrative human resource structure and functions to include but not limited to the following areas: a.Organizational chartb.Effective leadership c.Roles and responsibilities of the Deputy Director, Associate Deputy Directors, Haskell President, SIPI President, Education Line Officers, BIE Operated School Principals, and Tribally Controlled School Principalsd.Improving performance standards for teachers, principals, Education Line Officers. e.Recruitment strategies for attracting and hiring qualified individuals at all levels of the organization Task 3. Executive Advisory Council: Contractor will develop a model for the establishment of an Executive Advisory Council. This shall include defining the roles and responsibilities of the council members who shall serve in an advisory capacity to the BIE Director. Task 4: Educational Plan for BIE schoolsContractor will develop an educational plan for BIE operated schools (59 schools). The plan will be based on a review of achievement data, qualitative data and capacity of the BIE schools. The educational plan shall include, but not be limited to the following:a.Partnerships with various Council of Chief State School Officersb.Formation of focus groupsc.Development of a survey/assessment tool to identify demographic and achievement data from each of the 59 BIE operated schools. d.School site visitse.Review achievement results to determine strengths and weaknesses of student's performance Task 5: Effective Training Program for BIE Faculty/Staff, and AdministratorsContractor shall develop an effective training program for the BIE Faculty/Staff and Administrators to include but not limited to the following areas:a.Identification of a professional development plan for BIE Faculty/Staff, and Administrators.b.Identification of leadership modules.c.Identification of course/workshopsd.Develop a three-year professional development plan to be driven by achievement data and performance needs of faculty/staff and administrators. 4.1 Definitions:1.Leadership: Deputy Director, Associate Deputy Directors, Haskell President, SIPI President, Education Line Officers, BIE Operated School Principals, Tribally Controlled School Principals 4.2 Deliverables:1.Develop a set of metrics for the baseline data on the BIE organization performance levels which can be used to measure future performance.2.A comprehensive report to include Task Nos. 1, 2, 3, 4 and 5. 4.3. Travel.It is anticipated that travel will be required for this contract. The Government will pay up to the rates specified in the Government Federal Travel Regulations (FTR) for travel destination. Hotel reservations will be made by the contactor and will be reimbursed for actual costs only, with backup documentation/receipts attached to the invoice. No payment will be made without backup documentation/receipts. 4.4 Period of PerformanceThe Period of Performance (POP) for this contract shall from the date of award (on or about December 29, 2010) through September 30, 2011. 4.5 Government furnished information:1.Current organization chart2.Positions descriptions3.BIE Website www.bie.edu 4.4Other Requirements:1.The offeror must submit a project plan with the quote. The plan will address the details on the methodology 2.The offeror must submit a quality assurance plan with this quote, including metrics, proposed survey instrument/s, proposed schedule, and incentives.3.A final project plan will address the contractor's complete methodology to accomplish the tasks in the SOO. 4.5Deliverables: DeliverableSchedule1.Project PlanAt the time of proposal submission2.Develop a set of metrics for the baseline data on the BIE organization performance levels which can be used to measure future performance. At the time of proposal submission3.Quality Assurance PlanAt the time of proposal submission4.Final Project Plan15 calendar days after review of the proposed comments by the Government All deliverables will be provided to the Contracting Officer at the following office mailing address: Bureau of Indian Affairs, Division of AcquisitionNavajo Regional Acquisition Office301 West Hill Avenue, Room 346P.O. Box 1060Gallup, NM 87301 5.0 EVALUATION CRITERIA:The award will be based upon best value and quality of solution. Evaluation factors are Personnel Qualification/Technical Management, Corporate Experience, Past Performance and Price. Evaluation factors, when combined, are significantly more important than prices. A.Personnel Qualifications or Technical management"Proposed Personnel - Experience in assessing organizations, research methods and development of survey instruments B.Corporate Experience - Offerors will be evaluated on overall corporate resources. "Proven knowledge and demonstrated experience in research methods and survey methodology"Demonstrated experience in managing similar projects. C.Past Performance - Offerors will be evaluated as to the areas of quality, timeliness, customer satisfaction and business practices. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement."Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction"Relevance of the offeror's past project experience to this type of requirement. D.Price"Price will be evaluated based upon realism and reasonableness, reflecting a clear understanding of the requirements. 6.0 ATTACHMENTS"Position Descriptions oDirector, OIEP ( pages) oADD East ( pages)oADD Navajo ( pages)oEducation Program Administrator, Navajo ( pages)oEducation Program Administrator, Crow Creek ( pages)"BIE Organizational Chart (1 page) NOTE: ATTACHMENTS CAN BE REQUESTED FROM DIANNE GUTIERREZ AT Dianne.Gutierrez@bia.gov OR LYNELLE BENALLIE AT: Lynelle.Benallie@bia.gov. The attachments will be sent via email. PROPOSAL LINE ITEMS: 1. Organization Evaluation Services for Bureau of Indian Education (BIE). 1 JOB - $_______________. 2. Travel Costs: $_______________. 3. TOTAL COST: $ _______________. INCLUDE ALL APPLICABLE TAXES. CONTRACT CLAUSES: The following FAR Clause including all addenda applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items ; 52.212-3 - Offeror Representations and Certifications - Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items - FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 52.232-36 Payment by Third Party, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.219-8 Utilization of Small Business Concerns, 52.219-14, Limitation on Subcontracting. FAR 52.212-4 Contract Terms and Conditions Commercial Items, 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; Federal Travel Regulations. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete 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: Dianne Gutierrez, by 2:00 P.M., Local Time, December 27, 2010. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email both: Dianne.Gutierrez@bia.gov AND lynelle.benallie@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Dianne Gutierrez, Contracting Officer, at 505/863-8252 or Lynelle Benallie, Contracting Officer, at 505/863-8404, by fax at (505) 863-8382. All contractors submitting offers 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/RMN00110037/listing.html)
 
Record
SN02345332-W 20101218/101216233951-c6e44d3824d6a46a1d5f37ef93ac898e (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.