Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

U -- Math and Reading Professional Development Services

Notice Date
9/26/2011
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
D33N1511031
 
Response Due
10/13/2011
 
Archive Date
9/25/2012
 
Point of Contact
Darren Nutter Contract Specialist 7033906478 darren.nutter@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
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 and FAR 13, 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. Quoters are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation, D33N1511031, is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition is a total small business set-aside. The NAICS code is 611710.The Contractor shall provide On-Site Reading and Math Consulting Services at Rocky Ridge Boarding School in Kykotsmovi, Arizona 86039 for School Year 2011-2012 in accordance with the Statement of Work. Statement of Work: Background: The Bureau of Indian Education (BIE), Navajo Nation, serves as a branch of the state education agency (SEA) for several elementary and secondary schools and dormitories serving the Navajo Reservation students located in the states of Arizona, New Mexico, and Utah. Rocky Ridge Boarding School (RRBS) is located in an extremely isolated rural area on the Navajo reservation. The school has achieved AYP status due to its small population. RRBS and almost every other school located on the Navajo reservation have struggled with improving student achievement in mathematics and reading. RRBS became part of the BIE Reads cohort in 2008-09. The focus of this requirement is to support effective implementation of the math core and reading intervention programs. Objective: The Contractor shall assist the school by working with teachers in grades K-8 to: raise the level of student reading and math achievement; provide support for the reading coach, academic department head and principal; ensure adequate yearly progress for students; and train academic staff in strategies to ensure student success in future years. Scope of Work: This proposal is to provide professional development and technical assistance to Rocky Ridge Boarding School during the 2011-2012 school year. The purpose is to increase staff instructional skills, student achievement, and provide technical assistance to the math and reading programs. The representative will help with administrative responsibilities consisting of collecting and dissemination of data, consistent walk thru's, and helping with Leadership roles and responsibilities. ObjectivesMath:1)Implement a 3-tier model in math.2)Support roll out of all components of the math program.3)Increase teaching staff skills in implementation of math instruction at all levels of the 3-tier model4)Support school leadership in managing processes required to increase AIMSS math performance.Reading:1)Increase teaching staff skills in implementation of effective, direct instruction at all levels of the 3-tier model.2)Implement all components of the SoS Initiative with fidelity.3)Support school leadership in managing processes required to increase AIMS performance.4)Support and assist the Reading Coach and Principal in adhering to the components of BIE Reads initiative. TasksMath:1)Consultant will provide 18 days (9, 2-day visits) of on-site math technical support. These visits will begin in October 2011 and conclude in June 2012.2)Train staff on all components of the math program, including must-doe and may-does, generating a program and assessment pacing calendar, and provide modeling of lessons.3)These monthly visits will involve classroom observations and debriefings with school leadership, coaching the principal in research-based leadership best practices and coaching the math teaching staff in research-based best practices for instruction aimed at annual and catch-up growth in math skills.4)These visits will focus on facilitating data analysis, instructional co-planning, scheduling, and instruction appropriate to support effective implementation of each of the levels in the 3-tier model. Modeling for staff will be provided as appropriate.5)Detailed reports, including explicit follow-up tasks, will be provided after each monthly visit.6)Professional development for all staff and for targeted staff needs will be provided to support the effective implementation of action planning, including the 3-tier mode, integrated preparation for the AIMS test, and other topics as needed. Reading: 1)Consultant will provide 18 days (9, 2-day visits) of on-site reading technical support. These visits will begin in October 2011 and conclude in June 2012.2)These support visits will focus on the same components required in the SoS Initiative.3)These monthly visits will involve classroom observations and debriefing's with school leadership, coaching the principal in research-based leadership best practices and coaching the reading coach and/or reading teaching staff in research -based practices for instruction aimed at annual and catch-up growth in literacy skill.4)These visits will focus on facilitating data analysis, instructional co-planning, scheduling, and instruction appropriate to support effective implementation of each of the levels in the 3-tier model. Modeling for staff will be provided as appropriate.5)Detailed reports, including explicit follow-up tasks, will be provided after each monthly visit. DeliveryThese math and reading support services will be provided to the Rocky Ridge Boarding School in monthly visits during the 2011-2012 school year, including optional training before the school year begins and possible strategic planning professional development immediately after the school year ends. The math program support will take 18 days during the course of the 2011-2012 year. The reading program support will take 18 days during the course of the 2011-2012 year. Period of Performance: 10/17/2011 - 06/30/2012 Government Furnished Property: Meeting rooms, equipment, student data for reading, and reading materials will be provided by Rocky Ridge Boarding School. Security: The Contractor shall sign-in as a school visitor and obtain a visitor pass each day. The Contractor shall maintain security and confidentiality of student and school test score data. Place of Performance: On-site visits shall occur at Rocky Ridge Boarding School in Kykotsmovi, Arizona 86039. The written reports may be completed off-site. Instructions to Quoters: All Quoters shall submit a quote consisting of a separate technical and 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. a. 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: 1. Qualifications and Experience of Proposed Personnel2. Technical Approach3. Past Performance b. Volume 1: Technical Quote The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Quoter 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. b.1 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. The technical quote shall contain resumes of the proposed personnel. b.2 Technical Approach The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. b.3 Past Performance The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contacts 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. Quoters should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. c. Volume 2: Price Quote The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. The price quote shall include unit and total costs for the following: 0001: On-site Reading Consultant ($___/hr) x __ hrs/day = $_____/day) x 18 days = $_________ 0002: Travel (Not-to-Exceed) = $_________ 0003: On-site Math Consultant ($___/hr) x __ hrs/day = $_____/day) x 18 days= $_________ 0004: Travel (Not-to-Exceed) = $_________ TOTAL CLINS 0001-0004: = $_________ The Contractor shall provide a complete explanation for each item detailing the rationale used in developing the cost. In addition, the Quoter shall submit supporting documentation that will facilitate the determination of whether the amounts proposed are fair and reasonable, e.g., vendor quotes for commercial-off-the-shelf products or services. These items are critical, as the Government will evaluate the Quoter's quote for reasonableness and completeness/accuracy. An analysis will be done on a "total price" basis consistent with a fixed price methodology, counting base and option periods as inclusive of the total fixed price.d. Question Submission: Questions must be submitted electronically via e-mail to Darren.nutter@bia.gov in Word or compatible read-only format. Questions will not be accepted over the phone. Quoters shall also reference the RFQ number in the subject line of their email. The RFQ Due date (closing date) for questions submission is on or before 4:00 pm Eastern Time, Friday October 7, 2011. e. Quote Submission: Quotes must be submitted electronically via e-mail to Darren.nutter@bia.gov in Word or compatible read-only format. Quoters shall also reference the RFQ number in the subject line of their quote. The RFQ Due date (closing date) for quote submission is on or before 4:00 pm Eastern Time, Thursday October 13, 2011. f. Basis for Award: Award will be made the Quoter whose quote 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. g. Travel: The Contractor 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. The Contractor shall be reimbursed for actual allowable, allocable, and reasonable travel costs incurred during performance of this effort in accordance with the Federal Travel Regulations in effect on date of travel.The Contractor shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008) and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2010), FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009); FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5); FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreigh Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). Department of the Interior Acquisition Regulation (DIAR): 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/D33N1511031/listing.html)
 
Place of Performance
Address: Rocky Ridge Boarding School
Zip Code: 86039
 
Record
SN02593088-W 20110928/110927000101-91f8d01a77837a3a09c582581809b6a3 (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.