SOLICITATION NOTICE
R -- RSafe and Drug Fee Schools Technical Assistance & Training
- Notice Date
- 4/24/2008
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office,1001 Indian School Road NW; ALBUQUERQUE, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RABQ2080015
- Response Due
- 5/2/2008
- Point of Contact
- MICHAEL PERRY (505) 563-3120
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, RABQ2080014, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-18. 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 proposal, 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 Safe & Drug Free Schools Technical Assistance & Training. 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 Safe & Drug Free Schools Technical Assistance & Training. 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 Safe & Drug Free Schools Technical Assistance & Training. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. 0004 Option Year Three: Provide all travel, supplies, materials and personnel to provide Safe & Drug Free Schools Technical Assistance & Training. All work shall be performed in accordance with the Scope of Work. The Quantity is One and the Unit is Day. 0005 Option Year Four: Provide all travel, supplies, materials and personnel to provide Safe & Drug Free Schools Technical Assistance & Training. 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 an IDIQ contract for a basic year and four option years. The period of performance (POP) for the base year is from date of award through September 30, 2008; and, the POP for Option Year One is from October 1, 2008 to September 30, 2009; and, the POP for Option Year two is from October 1, 2009 through September 30, 2010. Single award shall be made. Award shall be made to a company that provides one or more objectives delineated under the Objectives section of the SOW. The Government shall issue task orders against the IDIQ contract 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 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, Title IV 21st Century Schools, Part-A, Safe and Drug Free Schools and Communities Act. Introduction: The Bureau of Indian Education (BIE), Albuquerque Service Center (ASC), Division of Performance and Accountability (DPA) serves as the State Education Agency for 184 schools and dormitories located in 23 States. It is of utmost importance to create safe and secure learning environments for students and staff that foster personal growth and academic achievement. Public Law 107-110, No Child Left Behind Act includes the Title IV 21st Century Schools, Part A, Safe and Drug Free Schools and Communities Act with its purpose to support programs that prevent violence in and around schools; that prevent the illegal use of alcohol, tobacco, and drugs; that involve parents and communities; and that are coordinated with related Federal, State, school, and community efforts and resources to foster a safe and drug-free learning environment that supports student academic achievement. BIE is committed to providing technical assistance and training throughout the BIE school system in order to ensure that BIE funded schools implement programs that meet the principals of effectiveness described in Public Law 107-110, Title IV, Part A, Sec. 4115(a). Scope of Work: The contractor will provide 10 regional professional development workshops that will include school, dorm, line office, or and other BIE staff. All activities will align with the requirements of No Child Left Behind, Title IV Part-A, Safe and Drug Free Schools and Communities Act, and foster safe, drug free, and violence free learning environment that supports academic achievement and personal growth during the school day and after school programs. All contractor training and technical assistance will support school level activities based on scientifically based research that provides evidence that the program to be used will reduce violence and illegal drug use. The BIE has the full authority to approve all training and technical assistance schedules, activities, and materials outlined in the objective and tasks of the contract. All materials created in the implementation of the contract will be the property of the BIE. Objective: To provide technical assistance to the 184 BIE schools and dormitories addressing Title IV Part-A, Safe and Drug Free Schools and Communities requirements in 10 regional locations. Task 1. To provide 10 regional Train the Trainer courses to specifically address and include the following: Suicide prevention/intervention for school and dormitory staff. De-escalation of potentially violent and disruptive behavior. The contractor must be certificated by a nationally accredited or certified organization that is a recognized leader in the industry. ATOD recognition training. The contractor may develop this course, but it must be based on professional standards.Anti Bullying training. The contractor may develop this course, but it must be based on professional standards. Task 2. To develop debriefing protocols, debriefing activities for staff and students, identification of local, state, and national resources and processes conducive to the school and dormitory setting that address these four courses. Required Qualifications: Vendors proposing to bid on this solicitation must meet the following qualifications. Must demonstrate knowledge, experience, and understanding of the BIE schools and dormitories programs in meeting the requirements of the No Child Left Behind PL. 107-110, Title IV Part-A, Safe and Drug Free Schools and Communities Act. Must demonstrate knowledge, experience and understanding of Safe and Drug Free Schools and Communities school and dormitory plans. Must demonstrate background and experience in performance improvement activities directly affecting Title IV programming in the school and dormitory setting that directly reflect the four Train the Trainer courses. Must have the appropriate qualifications and/or certifications to provide train the trainer professional development workshops and/or courses specifically addressing suicide, the de-escalation of violent and disruptive behavior, ATOD recognition, and Anti-Bullying with student populations. These courses must meet national industry certification standards, guidelines, standards and accreditation. Trainers must have a level of certification or recognition substantiating their level of competence based on industry standards. Must provide a list of previous trainings and site visits accomplished that reflect the ability to work with Native populations to include, at a minimum, educators and paraprofessionals. Must have demonstrated experience in working with Native American staff, students, and the BIE education system. Timeline: Activities will commence upon the awarding of the contract. All activities will be scheduled at this time with consideration of the education line office and school/dorm schedules. The final schedule will be approved by the BIE. Activity reports are due at the end of each month for the Safe and Drug Free Schools and Communities activities. A final contract report is due 10 days prior to the end of contract and is to include, but is not limited to, cumulative data on performance improvement and/or activities. The final contract report will be approved by BIE. Term: Term of contract is one year with four one-year options. Contractor will provide one original and two copies of a cost proposal and project proposal. Deliverables: a. A minimum of 400 BIE staff will receive and pass the certification process held at 10 regional locations. C.O.R.: Jack Edmo, Jr. Evaluation:A = 20 Points0 1yr = 1pt 1-2yrs = 5pts 2-3yrs = 10pts 3-4yrs = 15pts 4 + yrs = 20pts B = 20 Points 0 1yr = 1pt 1-2yrs = 5pts 2-3yrs = 10pts 3-4yrs = 15pts 4 + yrs = 20pts C = 15 Points 0 1yr = 1pt 1-2yrs = 3pts 2-3yrs = 5pts 3-4yrs = 10pts 4 + yrs = 15ptsD = 15 Points 0pt = No 15pts = Yes Provides proof of qualifications, certificates, and/or accreditations, and other supporting documents identifying competency. E = 15 Points Training sessions and site visits must have been directly related to Title IV, Part A-Safe and Drug Free Schools and Communities Act 0 training sessions and site visits combined past 5 years = 1 pts1-5 training sessions and site visits combined past 5 years = 3pts5-10 training sessions and site visits combined past 5 years = 5pts10-20 training sessions and site visits combined past 5 years = 10pts20 + training sessions and site visits combined past 5 years = 15ptsF = 15 Points No experience = 0 pts, Yes experience = 15pts, At a minimum, provides or documents an example of a finished product, process or policy change, performance improvement methods/activities/evaluation of demonstrated experience. This may include training curriculum and evaluation, and any results of training and/or activities that resulted in positive outcomes for documented program improvement. Must directly reflect Title IV, Title IV Part-A, Safe and Drug Free Schools and Communities Act activities and requirements and to have taken place within the BIE schools and dormitories. Previous experience working in Bureau of Indian Education schools is preferred. Responsibilities of the Provider Meet with BIE Reading First 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 Reading First program staff Develop and provide all materials for professional development and technical assistance Timeline The contractor must be available to provide services beginning sometime in May 2008. 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. 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. 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. 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. 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 safe and drug free schools. 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 proposals is April 14, 2008; 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2246462fb1b1e1ed453ca513401fe47&tab=core&_cview=1)
- Record
- SN01560788-W 20080426/080424221125-c2246462fb1b1e1ed453ca513401fe47 (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 |