SOLICITATION NOTICE
R -- Professional Education Consulting Services for the Bureau of Indian Education?s (BIE) Reading First Education Enhancement Program
- Notice Date
- 11/30/2007
- 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
- RMK0E080007
- Response Due
- 12/7/2007
- Archive Date
- 12/7/2007
- Point of Contact
- BRENDELL GALLEGOS (505) 563-3009
- 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, RABQ2080002, 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 611710 and the business size maximum is $6.5 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 52.229-14 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: 0001 Base Year: Provide all travel, supplies, materials and personnel to provide Professional Education Consulting Services for the BIE Reading First Education Enhancement Program. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. 0002 Option Year One: Provide all travel, supplies, materials and personnel to provide Professional Education Consulting Services for the BIE Reading First Education Enhancement Program. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. 0003 Option Year Two: Provide all travel, supplies, materials and personnel to provide Professional Education Consulting Services for the BIE Reading First Education Enhancement Program. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. Indefinite Delivery Indefinite Quantity (IDIQ) Contracts shall be awarded which identify a fixed daily rate (daily for all costs, with exception of travel) for the base and option year; therefore, provide only the daily rate to provide services in accordance with the SOW. The Governments intends to award IDIQ contracts for a basic year and two option years. The period of performance (POP) for the base year is from December 15, 2007 through November 30, 2008; and, the POP for Option Year One is from December 15, 2008 to November 30, 2009; and, the POP for Option Year two is from December 15, 2009 through November 30, 2010. Multiple awards shall be made. Awards shall be made to companies to provide one or more objectives delineated under the Objectives section of the SOW. The Government shall issue task orders against the IDIQ contracts for the items delineated under the Objectives section of the Sow when a need arises. Task orders shall be issued on a fixed price basis utilizing the fixed price daily rate awarded in each IDIQ contract x the number of days to complete the task plus travel costs, which shall be paid in accordance with the Federal Travel Regulations. The minimum value of each contract shall be one task order per POP for a minimum value of not less than $500.00. The maximum value of each IDIQ contract shall be twenty task orders per POP for a maximum value of not more than $500,000.00. The Government shall place task orders based upon the following factors: In order to afford fair opportunity to contractors, task orders shall be issued against IDIQ contracts only to contractors that have received the award for the particular objective. The task order ombudsman shall be: Name: Dianne Gutierrez, Contracting Officer (CO), Address: 1001 Indian School Road, Albuquerque, NM 87104; Telephone: 505-563-3007; Fax: 505-563-3019. SCOPE OF WORK (SOW): The SOW is as follows: Scope of Work Background: The Bureau of Indian Education (BIE) serves as a state education agency (SEA) for 184 elementary and secondary schools and dormitories serving approximately 48,000 students located in 23 states on 63 American Indian reservations. This scope of work calls for professional education consulting services to assist the BIE with implementation of a strategic plan to improve academic outcomes for students in the areas of reading and math and improve the instructional leadership abilities of BIE school principals. The overall outcome of the strategic plan is to assist the Associate Deputy Directors, Education Line Officers and schools to build capacity for continuous improvement. The strategic plan outlines the provision of intensive support to schools in the areas of reading instruction, math instruction, data analysis, curriculum alignment and mapping, and effective instructional leadership practices to achieve the following goals: Improve reading outcomes through improving educator quality and through the expansion of Reading First to ensure that all students in BIE schools read proficiently Improve math outcomes through improving educator quality to ensure that all students in BIE schools can perform mathematics at proficient levels. Improve leadership capacity at BIE schools to ensure improved academic outcomes for Indian students. Objectives: 1) The contractor will provide consultants who can serve as reading coaches/mentors in selected schools. Reading coaches/mentors must be able to provide in-class support for teachers by modeling scientifically research based reading instructional strategies and support teachers in use of on-going data collection and analysis in order to develop specific action plans in response to students? instructional needs. Additionally, consultants must be able to provide support for teachers in the areas of effective classroom management, establishment of efficient instructional routines, and effective corrective feedback. 2) The contractor will provide consultants who can provide on-site professional development in scientifically research based reading instruction and incorporate pedagogical materials that are aligned with the research on effective reading instruction. 3) The contractor will provide consultants who are familiar with various reading assessments (in program, screening, diagnostic, progress monitoring, etc.) and who can guide teachers in use of assessment data to differentiate instruction for students. 4) The contractor will provide consultants who can serve as math coaches in selected schools. Math coaches must be able to provide in-class support for teachers by modeling effective instructional strategies and support teachers in the use of on-going data collection and analysis in order to develop specific action plans in response to students? instructional needs. Additionally, consultants must be able to provide support for teachers in the areas of effective classroom management, establishment of efficient instructional routines, and effective corrective feedback. 5) The contractor will provide consultants who can provide on-site professional development in effective mathematics instruction and incorporate pedagogical materials that are aligned with the research on effective mathematics instruction. 6) The contractor will provide consultants who are familiar with various mathematics assessments (in program, diagnostic, progress monitoring, etc.) and who can guide teachers in the use of assessment data to differentiate instruction for students. 7) The contractor will provide consultants who can support school staff in the review and analysis of a variety of academic data, inclusive of standardized achievement data, attendance data, and classroom data. The consultants must be able to support school staff in the use of data for the development of specific goals and action plans and the construction of lesson plans to meet the needs of all students in the school. 8) The contractor will provide consultants who can provide professional development and technical assistance to school staff in the area of curriculum mapping based on State Specific Content Standards and Benchmarks. This includes the ability to use current assessment data, school curricula and state specific content standards and benchmarks to assist teachers and administrators with development of lesson plans and instructional strategies that are aligned to the curricula. 9) The contractor will provide consultants who can mentor school principals to promote the use of best practices targeted at leadership strategies and practices that have been proven to improve student achievement. 10) The contractor will facilitate regional professional development meetings with the Associate Deputy Directors and Education Line Officers in order to improve upper management?s capacity to support continuous improvement in the areas of scientifically research-based instruction in reading and math. 11) The contractor will provide specific expertise necessary to assist the BIE in the provision of national professional development in the areas of scientifically research-based instruction in reading and math and effective, evidence-based, educational leadership practices. Qualifications of Expert Provider Knowledge, skills and abilities required of expert provider for reading and/or math: 1. Consultants must have successful teaching experience in schools with high populations of under-achieving students, high poverty rates, and/or large Native American populations. 2. Consultants must have documented evidence of serving as an instructional coach in schools with high populations of Native American students. 3. Consultants must have a collegiate background in the area(s) of reading and/or math and/or educational administration or leadership. 4. Consultants must have current knowledge related to reading and mathematic assessments and how to analyze assessment data for differentiated instructional planning purposes. Consultants must have experience with facilitating grade-level, cross grade-level, and/or school level data analysis team meetings. Consultants must provide documentation of team facilitation experience and skill as evidenced by previous client evaluations. Consultants must have current knowledge and skills in the areas of effective classroom management, establishment of efficient instructional routines, and how to provide effective corrective feedback to students. 5. Consultants must have documented evidence of the successful provision of professional development/in-service training to teachers of reading and/or math in schools with high populations of Native American students as evidenced by the submission of five (5) professional references from the consumers of training. 6. Consultants must be available to work in a given school for extended periods of time throughout the school year. 7. Consultants must be able to deliver professional feedback both verbally and in writing to a variety of consumers (teachers, principals, Education Line Officers, etc.). B. Knowledge, skills, and abilities required of expert provider for data analysis: 1. Consultants must have experience with data analysis in school settings and have documented evidence of successfully training school staff in how to conduct on-going data analysis for differentiated instructional planning purposes. 2. Consultants must be familiar with State Specific Curriculum Standards and Benchmarks and provide evidence of completed training to schools in how to pair data results to curriculum standards in order to improve achievement outcomes. 3. Consultants must be able to support school staff in the development of specific action plans and goals and lesson plans based upon data analysis. 4. Consultants must have experience conducting data retreats in schools with high populations of Native American students C. Knowledge, skills and abilities required of expert provider for curriculum mapping: 1. Consultants must have a collegiate background in the area of curriculum development and or curriculum and instruction 2. Consultants must have documented evidence of knowledge of State Specific Curriculum Standards and Benchmarks 3. Consultants must have documented evidence of the ability to complete curriculum maps and lesson plans based upon curriculum maps. 4. Consultants must have experience providing training to teachers in curriculum mapping and lesson planning in schools with high populations of Native American students. D. Knowledge, skills and abilities required of expert provider for Leadership Mentoring: 1. Consultant must have a collegiate background in educational administration and/or school leadership 2. Consultant must have documented experience providing professional development/in-service training to instructional leaders that focuses on use of evidence-based practices to improve academic outcomes for students. 3. Consultant must submit sample of proposed mentoring model for the provision of service with proposal. 4. Consultant must be available to work in the school with the principal on a consistent basis throughout the school year and must have an established mechanism through which on-going communication and off-site ?mentoring? will be accomplished. 5. Consultant must be able to communicate effectively both verbally and in writing. Responsibilities of the Provider Meet with BIE project staff to receive project orientation and review timeline and deliverables within one week after award of the contract. Make appropriate travel arrangements including payment of costs to be reimbursed upon completion of work assignments for on-site visits/technical assistance to schools and/or for assistance with local, regional, and national professional development sessions. Provide written reports and other documentation of services (i.e., evaluation forms, attendance sheets, etc.) for specific services as requested by project staff in a timely and professional manner Provide necessary materials for professional development and technical assistance Communicate regularly with the program staff and notify the Associate Deputy Directors immediately of areas needing attention. Timeline The contractor must be available to provide services beginning October 1, 2007. Service provisions will be scheduled with each provider on an individual basis when determination of the required consulting need is made. Contractors may be identified to perform specific objectives within the scope of work given a particular area of expertise. Multiple contracts will be awarded as indefinite delivery/indefinite quantity (IDIQ) contracts. Task orders will be issued to contractors based upon the needed service at a particular school and/or for a particular training/professional development session being conducted by the BIE. This is a one year contract with an option for renewal for Year 2 and Year 3.The base year period of performance is October 1, 2007 through September 30, 2008. 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 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) 563-5287 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 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) 2 years); 52.217-3 FAR 52.216-8 Ordering (para a, Date of Award through September 30, 2007 with one option year); FAR 52.216-19, Order Limitations(para a, $100.00; Para b (1) $500,000.00, Para (b)(2) $500,000.00, Para 3, 30 days); FAR 52.216-22 Indefinite Quantity (Para d, September 10, 2007 with one option year); FAR 52.216-18 (para 1, Date of Award through September 10, 2007 with one option year); FAR 52.216-27, Single or Multiple Awards; 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; and, provide references demonstrating previous experience for the eRate process. This experience shall show that experience building infrastructure systems for schools from the eligible list were defendable through the PIA, selective review process, and cost-effectiveness audits performed by the SLD. 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 December 07, 2007; 9:00am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
- Record
- SN01461344-W 20071202/071201075056 (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 |