Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

R -- Database Creation, Data Definition File, and Field Mapping for a Parent Survey for the Bureau of Indian Affairs (BIA), Bureau of Indian Education (BIE), Division of Compliance, Monitoring and Accountability (DCMA)

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E060096
 
Response Due
9/5/2006
 
Archive Date
9/6/2006
 
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, RMK0E060096, 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 624310 and the business size maximum is $5.0 Million. The proposed contract is a Total Small Business Set-Aside. All small business shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the small business (prime). All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. 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: 001: Provide all travel, supplies, materials, shipping costs, and personnel to provide 9,000 parent surveys in accordance with the scope of work. The quantity is one and the unit is Lump Sum. Please provide a breakdown of your costs. The contract shall be awarded as a firm fixed price contract with a base and one option year period. The Period of Performance (POP) shall be from date of award to September 30, 2007. The option year POP shall be from October 1, 2007 to September 30, 2008. This includes gathering and analyzing student achievement data three times yearly through expert administration of the Dynamic Indicators of Basic Early Literacy Skills (DIBELS) benchmark assessments via Palm technology. All work shall be performed in accordance with the Scope of Work. The contract shall be awarded as a firm fixed price contract with a base and two option year periods. Please provide a lump sum cost for all three years. Scope of Work. PURPOSE: The Bureau of Indian Education, Division of Compliance, Monitoring and Accountability (BIE-DCMA) is required to survey parents per PL 108-446 Individuals with Disabilities Education Act(IDIEA). P.L. 108-446 requires the submission of specific data as a requisite to the receipt of federal funding to support services for students with disabilities attending BIE schools. Indicator 8 of the State Performance Plan (SPP) addresses parental involvement and requires reporting the percent of parents who indicate their child's school facilitated parent involvement which resulted in improved educational results for the child. DESCRIPTION of SERVICES: The BIE/DCMA is requesting proposals to deliver the following services. The contractor will do database creation, data definition file, and field mapping. A back-end SQL database will be programmed to store data collected from scanned surveys. Each database filed/element will be described in a data field in the database. Once all of the data has been processed, it will provide the resulting data file to DCMA. This data file can be made available in a variety of formats (i.e., EXCEL, Access, SpSS, Tab-delimited, etc.). The contractor will analyze forms using the Rasch method approved for OSEP level reports. The Rasch analysis will result in a bureau-level report that can be submitted to OSEP for federal reporting requirements. The analysis will be help guide future survey efforts by funding anomalies in the data as they relate specific items, respondents or categories. The survey must be statistically validated as sufficient to meet the required reporting to the Department of Education's Office of Special Education Program (OSEP). The data will be collected on custom forms specifically designed for BIE/DCMA to meet publishing, and tabulation requirements. The contractor will drop ship to 177 sites in 23 states. The scanning will reflect the exact quantity of returned surveys (not to exceed 9,000). The custom forms are manufactured with specific requirements as requested by DCMA to be used for analysis. By December 1, 2006 the analytical results will be sent to DCMA. The contractor will provide site reports to DCMA and the specified site. The contract must show evidence of the cost estimate for modifying the survey design, scanning the surveys (up to 9,000 surveys), conducting data analysis, and generating site reports. The proposal must include detailed costs, to include shipping costs. QUALIFICATIONS OF THE EXPERT PROVIDER: 1. Experience in modifying the Part B survey design, scanning the surveys (up to 9,000 surveys), conducting data analysis and generating site reports. 2. Experience and evidence which show a guarantee of unacceptable or replaceable documents: will guarantee all forms to be 100% scannable on scanning equipment if forms are defective or out of specification for work comparable to this SOW. 3. Evidence that surveys will arrive at site by the required date (9/30/06). 4. Experience in the area of survey design, data analysis, and description and samples of site reports. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov<http://www.ccr.gov/>), and DUNS Number when submitting your quote. The Offeror shall provide the lump sum cost for the base and two option year periods with a breakdown of their cost to provide this service and provide a copy of their credentials, including but not limited the college diploma. The offeror shall have a favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program in accordance with the Background Investigations Clause. Please contact the Security Office at (505) 248-6939 to begin process. 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<http://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. The due date for receipt of quotes is September 5, 2006; 1:00pm Local Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3044.
 
Record
SN01127781-W 20060830/060828221542 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.