Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

U -- Consultant Services for Reading Program at Red Rock Day School

Notice Date
8/2/2011
 
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
A11PS01007
 
Response Due
8/9/2011
 
Archive Date
8/1/2012
 
Point of Contact
Michael D. Perry Contracting Officer 5055633120 ;
 
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
Reading Consultant Services for Bureau of Indian Education at Red Rock Day School, Red Valley, AZ.. 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, reading consultant services and technical assistance for teachers, reading coach and administrator is issued as a Request for Quote (RFQ). The North American Industry classification (NAICS) code is 611710 Educational Support Services and the business size maximum is $5 million. This acquisition is being solicited as a 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, training materials, etc. shall be performed and incurred by the prime. All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. Resultant contracts shall be awarded as a firm fixed price contract. The Base Period of Performance (POP) shall be from Contract Award to May 25, 2012. The Government plans to make a single contract award. This office is requesting quotes on the following items: Provide all travel, supplies, materials and personnel to provide reading consulting services and technical assistance for teachers, reading coach and the administrator in the areas of reading for Bureau of Indian Education at the Red Rock Day School. The school is located in Red Valley, AZ. INTRODUCTION A Contractor is needed to provide on-site consultation, professional development and technical assistance in the areas of reading and writing for reading coach, administrator and school staff K-8. Services will include effective teaching strategies and practices as prescribed in the State Standards. The contractor will supply on-going instructional support in reading and writing instruction and effective intervention strategies utilizing the 3 tier model of RTI. Contractor will provide effective strategies that work with Native American students. Scope of Work BIE Reads Implementation Support Contractor will provide expert on-site consultation, technical assistance, and professional development related to the school's reading program and implementation. Contractor will conduct walk through observations of reading instruction with principals and coaches, de-brief after observations to discuss strengths and needs, assist with planning of 3-tier instructional model, review school data for instructional planning and decision making, model explicit instruction for coaches and teachers who need this level of support, and meet with the school reading leadership teams to develop/review action plans.Conduct Basic On-Site Reading Coach Instruction.The contractor shall conduct basic on-site reading coach instruction which facilitates the reading coach's understanding of the importance of correct curriculum implementation, fidelity of instruction, correct analysis of all BIE data points and addresses the correct use of the 3-tier instructional model, and how to provide informed school-level coaching feedback to the classroom teachers based on their classroom observations and short-cycle or progress monitoring data points. The contractor shall provide demonstration, observation and feedback, and examples of the coaching feedback process to the school-level coach. An exit competency process shall be conducted to ensure school-level coach's level of understanding. Conduct Intermediate On-site Coach Instruction: In addition to the above, the contractor shall conduct intermediate on-site reading coach instruction which builds on the current knowledge, skills, and abilities of the school-level coach. This shall include identifying instructional gaps between the curriculum and the state standards, developing standards-based units of instruction, and implementation of the three or four tier model of instruction using the curriculum. The contractor shall provide the school-level coach with the necessary knowledge, skills, and abilities to identify implementation gaps, correct assessment data use and implement an appropriate instructional remedy. The contractor shall train the school-level coach to analyze, interpret, and align the curriculum to the state standards and/or the common core standards. The contractor shall provide the school-level coach with the knowledge, skills, and abilities to work with resistant and ineffective teachers. The contractor shall provide demonstration, observation and feedback, and examples of the coaching feedback process to the school-level coach. An exit competency process shall be conducted to ensure the school-level coach's level of understanding. Conduct Advanced On-Site Coach Instruction:In addition to the above, the contractor shall conduct advanced on-site coaching instruction which builds on current knowledge, skills, and abilities of the school-level coach. The contractor shall provide instruction on the scientifically research-based sequence of reading acquisition, identifying the individual skill deficits of struggling readers and how to use current evidence-based research results to close the reading achievement gap for BIE students. The contractor shall provide the school-level reading coach the ability to identify state assessment power standards and map the reading curriculum. The contractor shall provide the school-level coach with the necessary knowledge, skills, and abilities to differentiate the reading curriculum and instructional practice to address individual student reading achievement gaps. An exit competency process shall be conducted to ensure school-level coach's level of understanding. The contractor shall provide the school-level coach the technical assistance in the evaluation of the effectiveness of the school-wide reading program as it aligns to the entire school improvement process across all instructional content areas. Contractor will schedule on-site visits to the school directly and select convenient dates for the number of days identified. Contractor will provide BIE program staff with completed site visit reports within 10 days of site visit completion. Contractor will make all travel arrangements to be reimbursed upon completion of task. CONTRACTOR TASKS Services will include: 1.Provide on-site professional development as determined by reading coach and administrator. Professional development will be on-going to increase teacher knowledge in literacy, leadership, and 4 tier interventions. Provide assistance and training in curriculum and lesson mapping in compliance with the school's adopted core reading programs. Professional development will range from specific content areas related to the State Standards, grade level specific, and include the process standards, as well as the Common Core State Standards.2.Conduct in-class model lessons for coach and teachers, demonstrate effective research-based strategies, provide lesson planning/mapping development with teachers and do follow-up discussions with teachers. Conduct classroom observations to assess overall implementation of lesson plans and provide constructive feedback and recommendations for improvement. Knowledge of approaches in dealing with learning disabilities in reading.3.Provide support, guidance, and recommendation to reading coach in implementing school-wide literacy programs. Specialty in effective use of core reading program: Imagine It!,Kaleidoscope, McDougal Littell, and Bridges. 4.Provide support for implementing 3-tier Intervention model for identifying and supporting struggling readers and writers with appropriate strategy lessons.5.Analyze data (state assessment, NWEA, DIBELS and other assessments) and help in decision-making to determine intervention and extension needs. Development of pacing guides, Lesson planning/ mapping, and differentiated instruction.. Supportive of Direct Instruction techniques and teaching to mastery. 6.Provide support in the area of classroom management and organize for instruction. Provide strategies for encouraging active engagement in the classroom. 7.Provide resources for teachers and reading coach. Work with Principal, Coach, and Teachers in establishing Professional Learning Communities (PLC's). 8.Provide professional development for administrator and reading coach in research based leadership practices.9.Provide demonstrations and administrative coaching for the principal and reading coach in utilizing systematic and scripted classroom observations to increase instructional effectiveness. CONTRACTOR QUALIFICATIONS 1.Masters Level Administrative Licensure in related field with 3 years experience 2.Knowledge of core programs, data-analysis, RTI, and common core standards.3.Provide high quality professional development in reading.4.Knowledge of intervention reading programs and strategies.5.Knowledge of child development in grades K-8th (Ages 5 yrs.-16 yrs).6.Teaching background for providing engagement, classroom management and modeling of lessons, etc.7.Data analysis and utilization of standards, curriculum/mapping.8.Vocabulary development.9.Experience in working with Native American Students.10.Experience in NWEA, DIBELS, and state assessment.11.Scientifically researched based instruction practices.12.Knowledge in 3 tier model of instruction. EVALUATION REPORT OF PROGRAM EFFECTIVENESS All reports should contain all necessary information required to remain in compliance with and all pertinent regulations mandated by federal or state laws. CONFIDENTIALITY All materials furnished or produced by the contractor under this agreement, including, but not limited to, documents, reports, and correspondence will remain confidential. The contractor shall not release information to any persons, group of persons, or organization other than the Bureau of Indian Education and the school listed in this statement of work, which information related to work performed, research, or information derived from work performed under this agreement, breach of confidentiality shall be deemed substantial breach of this agreement and may be ground for rescission. INSTRUCTION TO OFFERORS All offerors shall submit a quote consisting of a separate (1) technical approach volume and (2) price volume. The volumes shall be as follows: Volume One: Technical Quote and Volume Two: Price Quote. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. Basis of Award: the Government will make an award based upon best value. Technical factors as a whole are more important than price. The evaluation factors are as follows in descending order of importance. a. Qualifications and Experience of Proposed Personnel; b. Technical Approach, and c. Past Performance. Volume 1: Technical Quote. The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Offeror has an understanding of all requirements specified in the Statement of Work. The technical quote shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical quote so that the Offeror's understanding of the detail and complexity of the requirements may be evaluated. 1.a. Qualifications and Experience of Proposed Personnel. The contractor shall demonstrate that current and proposed staff has an appropriate range of relevant academic and applied experience as well as licensures. The technical quote shall contain resumes of the proposed personnel along with a copy of their applicable licenses. 1.b. Technical Approach. The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. 1.c. Past Performance: The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contracts with telephone numbers, and other relevant information. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. Offerors should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. Volume 2: Price Quote. The Offeror shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. All items are critical, as the Government will evaluate the Offeror's proposal for reasonableness and completeness/accuracy. An analysis will be completed on a "total price" basis consistent with a fixed price methodology, counting base and option periods as inclusive of the total fixed price. Questions Submission: Questions must be submitted electronically via email to mike.perry@bia.gov. Offerors shall also reference the Solicitation number in the subject line of their questions. Proposal Submission: Proposals must be submitted in two hard copies to BIA, Albuquerque Acquisition Office, Attn: Michael Perry, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104. Offeror shall reference the Solicitation number in the subject line of their proposal. The Proposal response date is August 9, 2011. Basis of Award: Award will be made to the Offeror whose proposal contains the combination of evaluated factors offering the best overall value to the Government. This will be determined by comparing differences in technical merit with differences in price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full texts. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov; www.orca.gov, or contact the CO to receive a copy. FAR 52.252-02 Solicitation Provisions Incorporated by reference; Clauses Incorporated by Reference, 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12); 1452.204-70 Release of Claims - Department of the Interior, 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 52.212-01 Instructions to Offerors - Commercial Items; 52.212-02 Evaluation - Commercial Items; 52.212-03 Offeror Representations and Certifications - Commercial Items; 52.213-02 Invoices; 52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-08 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33 FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.23 2-36 Payment by Third Party; 52.239-01 Privacy or Security Safeguards. Provisions in full text: 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; 52.217-08 Option to Extend Services;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01007/listing.html)
 
Place of Performance
Address: DOI/Bureau of Indian Education, Red Rock Day School, Navajo Route 13, Red Valley, AZ
Zip Code: 86544
 
Record
SN02519091-W 20110804/110802235706-60b8b3f7f83c74f74c03cf4eccaba521 (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.