Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

R -- "RECOVERY" Reading and Math Consultant for Lake Valley Navajo School

Notice Date
2/2/2012
 
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
A12PS00471
 
Response Due
2/7/2012
 
Archive Date
2/1/2013
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
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
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. 14902101. Project No.D34N10. RECOVERY: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, The Bureau of Indian Education, NMNS -Lake Valley Navajo School, Crownpoint, NM, is soliciting quotes for consultant services. *******************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 March 10th reporting deadline and continue until contract file is closed. 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. A12PS00471 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 2005-55. STATEMENT OF WORK:Lake Valley Navajo SchoolStatement of WorkMath and Reading Consultant Lake Valley Navajo School wishes to contract the services of a Math and Data Consultant to support the school in improving instruction, student learning, and academic achievement in Reading and Math during the 2011-2012 school year. Scope of Work for Math & Reading Consultant: The Math & Reading Consultant must have a minimum of: Bachelor's Degree in Education with an Endorsement in Reading & Math or a Master's Degree in Education. Teaching experience in Math & Reading. Working knowledge of professional Math & Reading organizations and applications of their research and guidelines. Working knowledge and application of national and New Mexico state Math standards. Working knowledge and application of best practices and strategies in Math & Reading instruction and learning. Working knowledge and application of instruction observation protocols for teaching Math to English language learners. Knowledge of instructional expectations for Math & Reading teachers. Experience in data gathering and research in Math & Reading. Working knowledge and application of Math & Reading assessments, progress monitoring, student achievement, program planning, and evaluation. Working knowledge and application of curriculum development and design experience in Math. Experience using core and supplemental Math & Reading programs and materials. Experience using differentiated and intervention instruction programs for Math & Reading. Experience in providing high quality, targeted professional planning and development in Math and Reading. Communication skills that will facilitate quality oral and written feedback to school personnel, students, parents, and school board members, to improve the effectiveness of their Math and Reading instruction and the school-wide Math & Reading program The Reading & Math Consultant will provide guidance and assistance with the following services and activities: Develop and implement a school-wide Math & Reading program with curriculum, instruction, assessment, and learning plans in both the academic and residential settings. Align Math curriculum and instruction with national and state standards. Gather, disaggregate, and use Math assessment data to establish learning goals and priorities, design instruction, form student performance groups, monitor student progress, evaluate effectiveness of programs/strategies, evaluate teacher growth and performance, and evaluate growth and achievement of students in Math. Use Math assessment and evaluation data to prepare and present informative and understandable demonstrations and reports to BIE personnel, grant evaluators, school personnel, school board members, parents, and community members. Assist school personnel with instruction and lesson planning/pacing, lesson presentation, and lesson evaluation in Math & Reading. Facilitate the effective use and evaluation of core and supplemental Math & Reading programs and materials. Assist school personnel with integrating differentiated and intervention (RTI model) instruction into the Math & Reading program. Assist school personnel in using Math data to create student performance groups, review group membership, and make informed decisions about when to change student placement and make referrals for diagnostic or special education services. Perform classroom observations and provide constructive feedback to school personnel regarding the effectiveness of the Math lesson planning and preparation, objective writing, content identification, lesson presentation, and evaluation. Present and demonstrate effective Math strategies and practices to school personnel and coach them on proficiency in their uses. Target and implement strategies that will support English language learners in Reading & Math achievement. Mentor school personnel in their efforts to become more effective Math & Reading instructors. Develop, plan, and provide high quality professional development in Math & Reading for school personnel. Develop and plan high quality parent training in Math & Reading practices for parents and families to help them support their children at home. Advise the principal and instructional coach of Math & Reading practices and make recommendations for making informed instructional decisions. Provide a written summary every nine weeks and the end of the year that reviews the activities and outcomes of the school's Math & Reading program The Reading & Math Consultants will provide 8 days of on-site service to the school in the area of Reading and Math from February 16, 2012 through May 4, 2012: Two days every month with two consultants on site From February 16, 2012 to May 4, 2012 FAR 52.212-02: Evaluation -Commercial Items:(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: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management CapabilityFactor III - Past ExperienceFactor IV - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (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. PRICE SCHEDULE: (Please provide a complete breakdown of your total cost)For Months: February, March, April and May for 2 days reading & 2 days math support per monthStarting February 16, 2012 to May 4, 2012. SECTION M, Evaluation FACTORS:M.1 52.217-05, Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award:Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 EvaluationThe Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation FactorsFactor I - Technical Capability Factor II - Management CapabilityFactor III - Past ExperienceFactor IV - Past Performance Factor I - Technical Capability quote for Consultant, will work with student, in accordance with the Statement of Work.The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following:a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for Consultant, will work with student, in accordance with the Statement of Work.Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe your plan indicating you plan to proceed to completion of the work as identified in the statement of work. b) Submit a resume along with a letter of commitment for all key personnel. Factor III - Past Experience for Consultant, will work with student, in accordance with the Statement of Work.Demonstrate Past experience on the Navajo Reservation. Listing at least last three projects of a similar nature with contact telephone information. Specialized experience with rural communities should be highlighted. The examples should describe the difficulty of the project. Factor IV - Past Performance for Consultant, will work with student, in accordance with the Statement of Work.Past performance on the three similar projects itemized in Factor III above, including the work with students, in accordance with the Statement of Work. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". FEDERAL TRAVEL REGULATIONS: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 Regulation. 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 based on best value trade-off evaluation of offers, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-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 52.233-03; FAR 52.233-4; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.232-30; FAR 52.232-33; FAR 52.232-36; FAR 52.222-36; FAR 52.223-18;FAR 52.211-18; FAR 52.204-06; 52.216-01;FAR 52.204-11; FAR 52.203-15; FAR 52.225-19; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program; 1450-0016-001, Homeland Security Presidential Directive 12 (HSPD-12); 1452-204-70, Release of Claims; Background Investigations Requirement; 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: Mary J. Jim, by close of business, 4:30 P.M., Local Time, February 7, 2012. 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: mary.jim2@bia.gov. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8257, 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/A12PS00471/listing.html)
 
Place of Performance
Address: Lake Valley, NM
Zip Code: 87313
 
Record
SN02666347-W 20120204/120202234821-d03cf8c451afd40fbcdbd86abbcb2d32 (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.