Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

U -- RECOVERY - Reading and Math Consultant for Pueblo Pintado Community School

Notice Date
4/1/2011
 
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
A11PS00134
 
Response Due
4/7/2011
 
Archive Date
3/31/2012
 
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
Total Small Business
 
Description
RECOVERY: This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009 and is subject to reporting requirements of the Act. TAS No. 14 2101. Project No. D34N15 ARRA 9900. This solicitation is funded by the American Recovery and Reinvestment Act of 2009 (ARRA), Public Law 111-5, and the contractor shall comply with ARRA statute and all applicable laws, regulations, provisions, policies, procedures, and clauses, including but not limited to meeting the requirements of Sec. 1512 of the ARRA and other accountability and transparency conditions. *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov will begin with the July 10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, and report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. 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. A11PS00134 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 2005-49. This acquisition is a total small business set-aside. NAICS Code: 611710, Small Business Size Standard: $7.0 million. DESCRIPTION: Reading and Math Consulting Services for BIE, Pueblo Pintado Community School, Cuba, NM STATEMENT OF WORK Reading and Math Consulting Servicesfor BIE, Pueblo Pintado Community School, Cuba, NM. SCOPE OF WORK:Site Implementation and consultation for math and reading for Pueblo Pintado Community School. Contractor will be working with teachers and coaches using the BIE Reads and Math counts guidelines. LOCATION: The contractor shall provide and furnish all equipment and materials, training and otherservices to coach and support for professional development to implement the Math and Reading program to beperformed at Pueblo Pintado Community School, a Bureau of Indian Education operated school for the NewMexico Navajo South Education line Office. Period of Performance will be from April 2011 to July 2011. NOTIFICATION/COORDINATION: Contractor shall notify Notah Benally, Principal, 505/655-3341 to schedule the visits. Mr. Notah or the Head Teacher shall ensure that the contractor signs in at the front office for accountability. During the site visits, the contractor will work informally with small groups of teachers,coaches, and administrators. Site visits and/or demonstration site visits provide the followingvital services: 1. Communication for site needs; trainer will arrange necessary equipment/handouts ahead of time with coach.2. Plan for coaching sessions depending on subjects/groups to be observed, customize support documents/inservice handouts according to materials education year, training supplies.3. Classroom coaching - observe, team-teach, demonstrate, monitor data and student work, provide verbal and written feedback, follow local schedule, typically 8:00 a.m. - 4:00 p.m.4. Office Hours - support coach with scheduling, placement and grouping, data analysis and progress monitoring, problem solving; support staff by rehearsing formats, teaching a new procedure, furnishing resources, answering questions, or meeting during non-instructional periods.5. Inservice training - interactive, after - (during) school session as requested by school personnel.6. Followup - provide detailed site summaries/reports after each visit; support coach and staff by email and phone if needed. THE BUREAU SCHOOL THAT WILL REQUIRE SERVICES IS:Pueblo Pintado Community School, HCR 79, Navajo Route 9, Cuba, NM 87013-9600.Telephone: 505-655-3341, Fax 505-655-3342. Principal: Notah Benally. PROPOSAL LINE ITEMS: 1. Math and Reading Consulting Services for Pueblo Pintado Community School, 20 visits @ $_______________ per day = $_______________. 2. Travel Costs: $_______________ 3. TOTAL COST: $ ___________________ Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations (FTR). The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made on a Best Value Basis, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. 52.212-2 Evaluation-Commercial Items.EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Familiarity with location2. Technical Approach3. Past Performance All evaluation factors, when combined, are significantly more important than cost or price. Submit detailed information for each evaluation factor. Responses for each evaluation factor will need to be submitted with your proposal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: FAR 52.219- Notice of Total Small Business Set Aside; FAR 52.222-3 Convict Labor; FAR 52.232-36 Payment by Third Party; 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; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 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 Requirement; Federal Travel Regulations.ARRA CLAUSES: 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. 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: Lynelle Benallie, by close of business, 4:30 P.M., Local Time, April 7, 2011. 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: 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 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/A11PS00134/listing.html)
 
Place of Performance
Address: BIE, Pueblo Pintado Community School, Cuba, NM
Zip Code: 870139600
 
Record
SN02414770-W 20110403/110401234147-468291a1a104bc7acde702d31de21cb7 (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.