Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOLICITATION NOTICE

U -- Professional Development Services in Early Reading Instruction that is Scientifically Research-based and Aligns with Reading First Programmatic Priorities for the BIA, Office of Indian Education Programs (OIEP)

Notice Date
8/4/2005
 
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
RBK0E050014
 
Response Due
8/18/2005
 
Archive Date
8/31/2005
 
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, RBK0E050014, is issued as a Request for Quotes (RFQ). 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 requirement is hereby set aside for Indian Owned Businesses under the authority of the Buy Indian Act (25 U.S.C 47). All responsible Indian Owned business sources may submit a quote, which will be considered by the Government. All Indian Owned Businesses shall certify that they are an Indian Owned Business by completing the Representation Declaration (Buy Indian Certification Statement). Please request for a copy of this form via fax (505-248-6941). All Indian Owned businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All Indian Owned businesses shall provide a breakdown of their costs to demonstrate that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. In addition, the Indian Owned business shall provide a breakdown of their costs to demonstrate that at least 50 percent of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the Indian Owned business. This office is requesting quotes on the following item: 0001: Provide all travel, supplies, materials, and personnel to provide professional development services in the area of early reading instruction that is scientifically research-based and aligns with Reading First programmatic priorities. The professional development services includes the delivery of a highly-specialized course in early reading instruction to all K-3 teachers, reading coaches and principals of identified Reading First schools over the course of the 20052006 school year. The professional development services shall be provided for the BIA, OIEP, COE, in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Lump Sum. Please provide a breakdown of your costs. The Government intends to award a firm fixed price contract. The period of performance shall be from August 15, 2005 through August 14, 2006 with three option year periods. The SCOPE OF WORK (SOW) is as follows: SCOPE OF WORK. Background: The Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP) serves as a state education agency (SEA) for 182 elementary and secondary schools and dormitories serving approximately 50,000 students located in 23 states on 63 American Indian reservations. The scope of work calls for professional in-service for teachers in the area of early reading instruction to assist the BIA, OIEP in implementing its Reading First program, authorized under P.L. 107-110, Title 1, Part B, Subpart 1, ?No Child Left Behind Act.: The purpose of the Reading First program is ?establish reading programs for students in kindergarten through third grade that are based on scientifically based reading research (SBRR), to ensure that every student can read at grade level or above not later that the end of grade 3.? The scope of work calls for professional consulting/training services specific to reading instruction in grades K-3. The content of the training must be focused on providing teachers with a core understanding of the language structures that they are teaching and support an in-depth understanding of the components for reading instruction-phonemic awareness; phonics, decoding, spelling and word study; oral language development; vocabulary; reading fluency; comprehension; and writing ? as well as the foundational concepts that link these components together. In addition, the training must address the characteristics and needs of English Language Learners (ELL?s) and assessment and evaluation of student performance. Objectives: 1. Provide highly-specialized course in early reading instruction that is based on the scientific research that covers the components of reading instruction aligned with Reading First priorities and that effectively connects current research to direct, explicit instruction. 2. Provide the instruction to all K-3 teachers, reading coaches and principals of the identified schools over the course of the 2005-2006 school year. 3. Provide learners with opportunities for active engagement via questions, problems and tasks that lead to a deeper understanding of reading instruction and application in their classrooms. 4. Provide in-service training that supports core reading program implementation and makes implementation of the core reading program more effective by provide teachers with additional strategies and materials that can be utilized in their classrooms. Responsibilities of the Provider: 1. Develop and provide all needed training materials and professional development activities to meet the stated objectives. 2. Provide an appropriate number of qualified trainers based upon the size of the group receiving the training (maximum class size will be 45 total of 175 participants to be trained). 3. Make appropriate travel arrangements including payment of costs to be reimbursed upon completion of the individual professional development/in-service training sessions. 4. Provide written documentation of services (i.e. evaluation forms, attendance sheets, etc.) as requested by the BIA, OIEP Reading First program staff. Tentative Training Dates/Sites. 1. October 18-20, 2005: One training to be conducted in Belcourt, North Dakota-45 participants. One training to be conducted in Phoenix, Arizona ? 130 participants. 2. November 29-December 1, 2005: One training to be conducted in Belcourt, ND. One training to be conducted in Phoenix, AZ. 3. January 10-12, 2006: One training to be conducted in Belcourt, ND. One training to be conducted in Albuquerque, NM. Timeline. This SOW calls for professional development and in-service training services for BIA OIEP Reading First schools for the schools for the 2005-2006 school year with 3 option years. Locations of future professional development sessions TBD; therefore, costs associated with contract for travel shall be added to contract when option is exercised. REQUIRED QUALIFICATIONS OF THE EXPERT PROVIDER: The expert provider shall have the following knowledge, skills and abilities: 1. Demonstrated knowledge of providing professional development/in-service training related to preparing/supporting teachers to teach reading in grades K-3 with specific knowledge of a. Language development b. Reading development c. Phonemic awareness, phonics, vocabulary, fluency, and comprehension. d. Needs of English Language Learners and students with other special needs. e. Assessment and evaluation of student?s reading achievement. 2. Demonstrated experience of providing highly specialized professional development/in-service training related to early reading instruction as evidenced by publishing training materials that have been utilized by other schools and/or states involved with the Reading First program. 3. Demonstrated ability to provide highly engaging professional development/in-service training to K-3 teachers of reading as evidenced by past performance and evaluations from other recipients of training. Closing Date of Quote is August18, 2005, 9:00am local time (Albuquerque, NM). Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. 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 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 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 or contact the CO to receive a copy. Provision FAR 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 52.219-4, 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; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.217-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 4.5 years); 52.217-3 Evaluation Exclusive of Options; 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. Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1c. 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. All faxed shall be IAW FAR 15.208.
 
Record
SN00862602-W 20050806/050804212540 (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.