Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

U -- Evaluation of the Family & Child Education (FACE) and the Baby FACE Programs for the Bureau of Indian Affairs (BIA), Center for School Improvement (CSI), Albuquerque, New Mexico.

Notice Date
6/6/2005
 
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
RMK0E050028
 
Response Due
6/22/2005
 
Archive Date
7/22/2005
 
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, RMK0E050028, 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 621340 and the business size maximum is $5Million. The proposed contract is set aside for small businesses. The BIA, Office of Indian Education Programs, Center for School Improvement, Albuquerque, New Mexico has a requirement for the design and development of an study to evaluate the effectiveness of the FACE and Baby FACE Programs (100 programs). The evaluation study will be measured in reference to the goals of both programs that address, family literacy, impact of parental involvement, etc. The Government intends to award a fixed price contract with a basic and four option years. This office is requesting quotes on the following items: 0001 Base Year. The contractor shall provide all travel, supplies, personnel, and materials to develop and design a study to evaluate the effectiveness of the FACE and Baby FACE programs (100 programs) in accordance with the statement of work. QUANTITY is One, UNIT is Lump Sum. Period of Performance (POP): 07/01/05 ? 06/30/06. 0002 Option Year (OY) One. The contractor shall provide all travel, supplies, personnel, and materials to develop and design a study to evaluate the effectiveness of the FACE and Baby FACE programs (100 programs) in accordance with the statement of work. QUANTITY is One, UNIT is Lump Sum. POP: 07/01/06 ? 06/30/07. 0003 OY Two. The contractor shall provide all travel, supplies, personnel, and materials to develop and design a study to evaluate the effectiveness of the FACE and Baby FACE programs (100 programs) in accordance with the statement of work. QUANTITY is One, UNIT is Lump Sum. POP: 07/01/07 ? 06/30/08. 0004 OY Three. The contractor shall provide all travel, supplies, personnel, and materials to develop and design a study to evaluate the effectiveness of the FACE and Baby FACE programs (100 programs) in accordance with the statement of work. QUANTITY is One, UNIT is Lump Sum. POP: 07/01/08 ? 06/30/09. 0005 OY Four. The contractor shall provide all travel, supplies, personnel, and materials to develop and design a study to evaluate the effectiveness of the FACE and Baby FACE programs (100 programs) in accordance with the statement of work. QUANTITY is One, UNIT is Lump Sum. POP: 07/01/09 ? 06/30/10. The statement of work is as follows: SCOPE OF WORK. Research for FACE and Baby FACE Program. BACKGROUND. The Bureau of Indian Affairs, Office of Indian Education Programs serves as a state education agency for 184 elementary and secondary schools and dormitories serving approximately 47,671 students located in 23 states on 63 American Indian reservations. The Family & Child Education (FACE) Program is a culturally appropriate family literacy model which provides for and promotes educational services for children birth to 3rd grade and their parents in three settings, 1) home and 2.) Bureau of Indian Affairs funded school in center based for 3-5 year olds and K-3rd grade. FACE has been identified by the Office of Indian Education Programs as the model OIEP uses as a tool for school reform based on extensive research which supports the FACE model as effective for promoting student academic achievement beginning in the earliest years of life with direct daily involvement of parents in developmentally appropriate learning activities. Baby FACE is the companion program developed by the Bureau of Indian Affairs to address the early childhood years of early development for infants and toddlers ages prenatal to three. Children who are three years to five are the secondary focus. Baby FACE is the home based component of FACE. TERM: The term of this Scope of Work and the resulting Contract shall be for a period of one (1) year from July 1, 2005 until June 30, 2006, with FOUR option years. PURPOSE: The purpose of this Statement of Work is to design and develop an outside evaluation study of the effectiveness of the FACE and Baby FACE programs (100 programs). The evaluation study will be measured in reference to the goals of both programs that address, family literacy, impact of parental involvement, etc. The contractor shall provide the following services: OBJECTIVE 1: (1) Develop a comprehensive evaluation of the FACE and Baby FACE program. The contractor shall provide data analysis on the impacts of FACE involvement and other pre-school activities upon Kindergarten entry; (2) Evaluate programs based on a comprehensive data base that will provide longitudinal data and information for both programs, # of students, graduation, GED?s obtained, etc. (3) The Contractor shall develop a comprehensive research study that will evaluate, compare and analyze the impact of FACE/Baby FACE involvement as it relates to pre-readiness skills necessary for success upon Kindergarten entry. (4) As a result of this project all materials, etc. shall become the property of the Bureau of Indian Affairs, Office of Indian Education Programs. (5) The Contractor shall coordinate with the Center for School Improvement (CSI), Early Childhood staff the protocol, information and any other tasks that require OIEP ? CSI staff involvement and approval. (6) Include a analysis of student performance, parent expectations, parent levels of support and success, pre literacy levels, GED accomplishments, socio economic information and data of FACE and Baby FACE families and children. OBJECTIVE 2: To provide training and technical assistance to the BIA-OIEP 32 FACE and 61 Baby FACE sites in conducting the evaluation study. (1) The Contractor will provide all FACE/Baby FACE sites, Education Line Office Staff technical assistance to each site, training and distribution, dissemination of information and protocol to conduct this evaluation study. (2) The Contractor will develop within 60 days of the contract period a timeline of implementation to complete this task. (3) The Contractor will determine the best instruments to be utilized which are research based and provide reliable data from all FACE and Baby FACE sites. OBJECTIVE 3: (1) To provide the BIA-OIEP with a comprehensive analysis of the evaluation data in user friendly formats to be utilized in determining FACE/Baby FACE program implementation, effectiveness, impact and recommendations. The evaluation will be utilized to support future funding efforts as well as overall program improvements. (2) The Contractor will furnish a narrative report of the data, with visuals, etc, that addresses the main purpose of the evaluation. (3) The Contractor will meet with OIEP personnel to present the information and findings. (4) The Contractor will provide 500 FACE/Baby FACE copies of the evaluation report which will include both narrative and chart information. In additional a separate brief synopsis of data will be provided to OIEP. (5) The Contractor will provide OIEP with all data and finished documents. (6) The contractor will include recommendations based on the analysis of data and consistent with the FACE and Baby FACE model philosophy and goals. OIEP will remain the sole proprietor or all information, etc. REQUIRED QUALIFICATIONS OF THE EXPERT PROVIDER: The expert provider shall have a thorough knowledge of: (1) The Bureau of Indian Affairs, Office of Indian Education Programs, FACE and Baby FACE model, components, sites and school settings from birth through age five. (2) Evaluation and research design applicable to pre-readiness, family literacy, adult and early childhood education including effectiveness of both models. (3) Knowledge of early childhood and developmentally appropriate best practices for children, families and adults. (4) Evaluation design and tools readily available for a study of approximately 39 FACE programs and 61 Baby FACE programs nation wide in 11 states. (5) Compilation, Analysis & Reporting of data required to address the goals of FACE and Baby FACE in family literacy, early education and best practices that have implications for the effectiveness of the FACE and Baby FACE model. Reports will be separate for each program. The expert provider must be able to provide consultants with: (1) Experience working with Bureau funded schools. (2) Masters degree, preferably a Doctorate in Education or research with extensive experience in educational research. (3) Ability to conduct a evaluation study of this complexity, including analysis and differentiation of several types of pre-readiness programs, understanding varied levels of family literacy; and defining and assessing family involvement in a FACE and Bay FACE setting. Closing Date of Quote is June 22, 2005; 5:00pm local time (Albuquerque, NM). Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), DUNS Number; and, a copy of current Security Background Investigation Clearance for all proposed consultants when submitting your quote. Companies that do not have a CAGE code by the closing date of the quote shall not be considered for award. Individuals that do not have a background clearance IAW clause by the closing date of the quote shall not be considered for award. You may contact the security office at (505) 248-6939/6938/6940/6383 to obtain the package with required documents that you need to complete. The Offeror shall provide the lump sum cost with a breakdown of their cost 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 Contracting Officer (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 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); 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; Travel Costs Clause; and, 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 REQUIRED QUALIFICATIONS OF EXPERT PROVIDER section of SOW 1b. Past Experience: List contracts that are of comparable size, complexity and similar. 1c. Technical Approach: Describe your technical approach to accomplish each of the objectives delineated in the Scope of Work. 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, P.O. Box 829, Albuquerque, NM 87103-0829; FEDEX to 500 Gold Avenue SW, 6th Floor, Albuquerque NM 87102; or you can fax your quotes to (505) 248-6941, which shall be submitted IAW FAR 15.208. Pricing will include all charges/fees. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. All questions shall be submitted in writing and faxed to (505) 248-6941.
 
Record
SN00823543-W 20050608/050606212226 (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 |
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.