SOLICITATION NOTICE
R -- Professional Education Services for the Bureau of IndianEducation, Albuquerque, NM
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Bureau of Indian Affairs, Albuquerque Acquisition Office, 1001Indian School Road, N.W., Albuquerque, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RABQ2090071
- Response Due
- 9/17/2009
- Archive Date
- 10/1/2009
- Point of Contact
- Contracting Officer, Michael Perry, (505) 563-3120; Education,Dr. Patricia Abeyta, (505) 563-5272
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial servicesprepared in accordance with the format in Federal Acquisition Regulations (FAR)12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation notice; quotes are being requested, and a written solicitation will not be issued. This solicitation, No. RABQ2090071, is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 2005-35. The North American Industry Classification Code is 611710, and the business size maximum is $5.5 million. All contractors conducting business with the federal government must be registered in the Central Contractor Registration (CCR) database. Potential contractors may register at www.ccr.gov.BACKGROUND: The purpose and nature of this work is to provide expert technical assistance to Indian tribes and school boards that wish to waive the use of the state's definition of Adequate Yearly Progress (AYP) and propose an alternate definition of AYP. Based on federal regulations (25 CFR Part 30) the Bureau of Indian Education (BIE) is obligated to provide technical assistance to the tribes in the development of an alternate definition of AYP. The BIE is currently responding to a General Accounting Office (GAO) review of the BIE's role in providing technical assistance to tribes and school boards. The BIE does not have the staff or expertise to directly provide technical assistance at the level needed to give tribal governing bodies or school boards the support needed to develop viable alternatives. The requirements under the No Child Left Behind Act and 25 CFR, Part 30 are rigorous and require a level of statistical documentation at a level BIE does not have available. The vendor for this service must have state level experience with the development of a full accountability system. Currently, there are three tribal entities that have notified BIE that they wish to develop an alternate AYP definition. While the BIE has schools in 23 states, the potential need could be greater due to different tribes in a single state having different perspectives on alternate AYP definitions.SUBMISSION OF RESPONSES: Contractors are requested to submit separate technical proposals and price quotes to the contracting officer at the address listed below.. The technical proposals will be evaluated in accordance with the evaluation criteria shown below. Price quotes are requested in the format as shown in the bid schedule below. SPECIAL CONTRACT REQUIREMENTS: 1. The vendor must have extensive experience in the development and implementation of all aspects of accountability as defined under the No Child Left Behind Act. This includes Title I criteria for standards and assessments, varied models for AYP criteria and determinations and all associated compliance expectations; 2. The vendor must have experience with state reporting of accountability data; 3. The vendor must have experience with the development of assessments and /or other aspects of accountability at a state level; 4. The vendor must have experience in project management as well as areas of accountability such as assessments and AYP criteria; 5. The vendor must have knowledge of the unique circumstances surrounding tribal entities and the right to waive the state definition of AYP under 25 CFR Part 30; 6. The vendor must have experience in communicating technical information regarding accountability in such a way as to demonstrate issues impacting language and culture; and 7. The vendor must have successful past experience working with AYP issues at a state level. BID SCHEDULE: Interested contractors are asked to submit price quotes on an hourly basis for the following: Item 0001, Provide Technical Assistance to tribal entities requesting technical assistance for the development of an alternate AYP definition and criteria to assist in understanding all aspects of an accountability system as related to AYP, 160 hours @ $__________ per hour=Total cost: $_____________; Item 0002, Provide Technical Assistance to tribal groups in assessment development, to include clarification of goal, budget impact, third party alignment study, assessment vendor requirements and all aspects of compliance in preparation for Peer Review based on United States Department of Education Requirements, 480 hours @ $__________per hour=Total cost: $______________; Item 0003, Provide Technical Assistance to tribal groups in the development of the alternative AYP criteria, including audit procedures for data audits and business rules for the calculations of AYP, 160 hours @ $__________ per hour=Total cost:$_____________; Item 0004, Other support Technical Assistance activities related to the development of an alternative AYP definition which is required based on an approved project management plan and approved by BIE, 480 hours @ $_________ per hour=Total cost: $___________; 0005, Monthly Technical Assistance activity updates and planning session each month at BIE facilities in Albuquerque, NM for additional support to Technical Assistance seeking and/or implementing an alternate AYP definition, 192 hours @ $___________per hour= Total cost: $____________; Item 0006, Appeals, Technical Assistance requesting an appealto AYP determinations, including data audit, recommendations to BIE, and Technical Assistance to the appealing entity (Technical Assistance and/or school),360 hours @ $____________per hour= Total cost: $______________; 0007, Total Travel (Travel will be compensated in accordance with U.S. Government Travel rates: $________________, Total Quote for all seven items: $__________________; Quotes must include any applicable taxes.EVALUATION OF OFFERS/CONTRACT AWARD: The Bureau of Indian Affairs will award a contract to the responsible contractor whose offer conforming to this announcement will be most advantageous to the government, price and other factors considered. The following evaluation factors will be used to evaluate technical offers: 1. Experience and knowledge in the development of assessments, AYP criteria, accountability systems and the ability to know and communicate all US Department of Education compliance requirements in each area (20 points); 2. Experience and expertise in Project Management for large multi-facted projects (20 points); 3. Working knowledge of BIE's educational data requirements and program requirements (20 points); 4. Extensive knowledge regarding the USDE Peer Review process, Accountability Workbook development and all related compliance issues (20 points); 5. Past Performance References showing experience in this type of work (at least three references, including contact persons and phone numbers) (20 points).Technical and past performance, when combined, are significantly more important than price. Price shall be considered when the offers are judged as offering technically equivalent capabilities or if a price is so high as to diminish the value of an otherwise superior quotation. The proposed contract is unrestricted. All responsible businesses are invited to submit quotes which will be evaluated by the government. Please include your TAX ID number, CAGE number (obtainable at www.ccr.gov) and DUNS number when submitting your responses. Please send your responses to: Bureau of Indian Affairs, Albuquerque Acquisition Office, Pete V. Domenici Indian Affairs Office Building, 1001 Indian School Road, N.W., Suite 347, Albuquerque, NM 87104, Attention: Michael Perry, Contracting Officer. Responses may be hand-delivered, e-mailed (mike.perry@bia.gov), or faxed to Mr. Perry's attention @ (505) 563-3030, or delivered via overnight carrier to Mr. Perry's attention. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. The provisions at FAR 52.2, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and 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, it may be obtained from www.arnet.gov or by contacting the contracting officer to receive a copy. FAR provision 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 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; FAR 52.219-4, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.233-3, Protest After Award; FAR 52.225-16, Sanctioned European Union Country Services; FAR 52.232-6, 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 52.222-1, 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-46, Evaluation of Compensation for Professional Employees; FAR 52.243-1, Changes-Fixed Price (Alt I); FAR 52.242-15, Stop Work Order; FAR 52.242-17, Government Delay of Work; Department of Interior Acquisition Regulation (DIAR) 1452.226.70, Indian Preference; DIAR 1452.226.71, Indian Preference Program; DIAR 1452.204-70, Release of Claims; FAR 52.217-8, Option to Extend Services (paragraph one; 15 days); FAR 52.217-9, Option to Extend the Term of the Contract (paragraph (a) 15 days in both blank spaces)(Paragraph (c) 48 months); FAR 52.217-3, Evaluation Exclusive of Options; and FAR 52.212-2, Evaluation are all incorporated by reference herein.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ2090071/listing.html)
- Record
- SN01947084-W 20090911/090910000814-b797478b381db3ed4b1a5afbd47e0181 (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 |