SOLICITATION NOTICE
U -- Education Consultant Services for the Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP), Center for School Improvement (CSI)
- Notice Date
- 5/4/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- BIA/OIEP/SCHOOL OPERATIONS; BRANCH OF CONTRACTS & GRANTS; P.O. BOX 829; ALBUQUERQUE, NM 87103
- ZIP Code
- 87103
- Solicitation Number
- RMK0E040045
- Response Due
- 5/11/2004
- Archive Date
- 5/12/2004
- Point of Contact
- DIANNE GUTIERREZ (505) 248-6953
- 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, 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, RMK0E040045, is issued as a Request for Quotes (RFQ) under test procedures of FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. The North American Industry classification (NAICS) code is 61171 and the business size maximum is $5.0 Million. The proposed contract is set aside for small businesses. All responsible small business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 0001: Provide all travel, supplies, materials, and personnel to provide consultant services for the BIA, OIEP, CSI, in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Lump Sum. The Government intends to award a firm fixed price contract. The period of performance is from May 12, 2004 through May 12, 2005. The SCOPE OF WORK (SOW) is as follows: Scope of Work. Purpose: The purpose of this contract is to ensure that the Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP) meets the legal requirements of P.L. 105-17, the Individuals with Disabilities Education Act (IDEA) and P.L. 107-110, No Child Left Behind by providing technical assistance and support services to BIA funded schools. The specific area this SOW addresses is the IDEA Requirements: Technical assistance and support shall be provided in order to help schools reach the goals for improved student achievement set forth by the OIEP and assist school-wide programs strive to accomplish the merging of Special Education and Regular Education programs to better meet the needs of all students and the improvement of the total school program. ACTIVITIES: The contractor will be responsible for the following: 1. IDEA requirements: a. Development of training on the six principles (General Supervision, Free Appropriate Public Education, Appropriate evaluation, Procedural Safeguards, Individualized Education Program, Least Restrictive Environment) of IDEA b. Assurances c. Eligibility Document and Department of Education reporting requirements d. Coordinated Services Plan. The contractor shall perform the following services: A. Continue in the development of the Part B and C (birth to 5) monitoring process. A.1. Finalize and analyze data related to the revision and improvement of the overall CIMP. A.1.a. Review and analyze all data from pilot CIMP sites. A.1.b. Combine, revise and edit all CIMP tools. A.1.c. Develop compliance file review checklist for Part B and C sites that are opting for full service delivery. A.1.d. Develop sample self-assessments, executive reports and action plan. A.1.e. Assist CSI in conducting a CIMP work group meeting. A.2. Assist in the development of a technical assistance manual for Early Intervention programs and services. A.3. Prove three days training on the CIMP to all field education specialists and education line officers. A.4. Complete the revision of the Biennial reporting format of tribal early childhood programs; complete compilation of biennial reporting data and provide summary to CSI. B. Technical assistance related to the OIEP Special Education Coordinated Services Plan. B.1. Assist CSI in the development of the OIEP Special Education Interagency Coordinating Council (SEICC). B.2. Assist CSI in identifying key members for the SEICC and assist CSI in contacting SEICC participants for future meetings. B.3. Assist CSI in the developing agendas for tasks associated with the Coordinated Services Action Plan (CSAP). B.4. Assist CSI in the development of training and materials associated with the CSAP. B.5. Provide technical and facilitation of a minimum of two (2) meetings. B.6. Assist with the dissemination of the SEICC planning model and provide training on the model to Agency/Area and local levels. B.6.a. Four (4) regional 2-day trainings will be provided to address this task. B.7. Assist CSI in conducting meeting (s) with pertinent State Special Education Offices to review the CSAP and identify mechanisms and strategies for improved coordination of services. B.7.a. Four regional cluster meetings of State Special Education Office representatives will be conducted to address this task. B.8. Assist CSI in the efforts of entering into formal agreements with 23 states for CSAP. B.8.a. Four (4) regional cluster meetings of agency representatives as per CSAP from the 23 states will be conducted. C. Complete and respond to the remaining tasks identified on the Issues Chart (Department of Education) to finalize the Eligibility Documents. REQUIRED QUALIFICATIONS OF THE EXPERT PROVIDER: The service provider must have experience, knowledge and educational background in special education and P.L. 105-17 requirements and regulations; and familiar with IDEA mandates, including procedural safeguards, Free Appropriate Education (FAPE), Least Restrictive Environment (LRE), the Individualized Education Program (IEP), appropriate evaluations, and parent and student participation. QUALIFICATIONS OF EXPERT PROVIDER: The Service provider must have experience, knowledge and educational background with P.L. 107-110, No Child Left Behind. The service provider must show evidence of success in providing appropriate training and technical support for regarding P.L. 105-17, the Individuals with Disabilities Education Act (IDEA) and P.L. 107-110, No Child Left Behind. The service provider must have knowledge of the BIA/OIEP organizational structure and P.L. 100-297, Tribally Controlled Community Schools Act, in addition to having knowledge of various Native American community settings. The service provider must have recent experience in planning and implementing technical assistance and support services for BIA funded schools regarding P.L. 105-17 and P.L. 107-110. The service provider must have experience in providing technical assistance, training, product development, consultation, program evaluation to tribes, BIA funded schools including Tribal Colleges, OIEP-Central Office, OIEP-Center for School Improvement and BIA/OIEP Education Field Offices. DELIVERABLES: Security ??? The safe and undamaged delivery to the responsible CO all reports and related materials executed by or on behalf of the contractor shall be the responsibility of the contractor. Other ??? The cost of transporting all correspondence, reports and related materials shall be borne by the contractor without additional reimbursement by the Government. Monthly Status Report ??? The contractor shall furnish a status report for all work completed, revising the schedule as necessary. The specific date of the first Monthly Status Report shall be due one month after the performance starting date. Approvals: All required documents as specified shall be subject to recommendation for approval by the responsible COR. Deliverables: All review and final materials produced under this contract shall be delivered to the responsible Government COR. All materials shall be sent at the Contractor???s expense. Packing and packaging shall be in accordance with good commercial practices. Closing Date of Quote is May 11, 2004, 8:30am local time. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide their daily rate for the base and option years to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. 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 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 or contact the CO to receive a copy. Provision 52.252-1 Solicitation Provisions Incorporated by reference. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions ??? Commercial Items (SPR 1998). FAR 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 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-1 Buy American Act-Balance of Payments Program-Supplies, FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.225-15 Sanctioned European Union Country end Products, FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, 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 Clause. Please contact CO for a copy of this clause. FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Excellence: Describe ability to meet QUALIFICATIONS OF EXPERT PROVIDER section of SOW 1b. Technical Approach: Describe approach, including comprehension of requirements to accomplish SOW. 1c. Personnel Qualifications: Provide Resumes 1d. Past Experience: List contracts that are of comparable size, complexity and similar. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. You may mail your quote to BIA, OIEP, Branch of Contracting and Grants, 500 Gold Avenue SW, 6th Floor, Albuquerque, NM 87103, or you can fax your quotes to (505) 248-6941. If there are any technical questions concerning the scope of work, direct your questions to the project manager, Gloria Yepa, at (505) 248-7541.
- Record
- SN00579767-W 20040506/040504212549 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |