Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

U -- Math and Reading Testing Services for the Bureau of Indian Education (BIE), Dennohotso Boarding School, Western Navajo Region Schools

Notice Date
9/17/2009
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E090096
 
Response Due
9/22/2009
 
Archive Date
9/17/2010
 
Point of Contact
Marita Roth Contracting Officer 5055633015 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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, RMK0E090096 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 611430 and the business size maximum is $5.0 Million. The proposed contract is a Native American small business set-aside. All small businesses 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 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. Please provide a breakdown of your costs. The breakdown shall include a daily rate and an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. The contract shall be awarded as a firm fixed price contract with a base and four one year option year periods. The Period of Performance (POP) shall be from September 22, 2009 to May 22, 2010. All work shall be performed in accordance with the Statement of Work. The contract shall be awarded as a firm fixed price contract for one school year.This office is requesting quotes on the following item: Provide all travel, supplies, materials and personnel to provide Math and Reading Testing Services for Bureau of Indian Education School, located on the Navajo Indian Reservation in Dennehotso, Arizona in accordance with the Statement of Work (SOW). The school is: Dennohotso Boarding School, Dennehotso, Arizona. The QUANTITY is Eight (8), The UNIT is Days. All work shall be performed in accordance with the Statement of Work. The SOW is as follows: 1.0 Scope: On-site school consultation visits are needed at Dennohotso Boarding School in September, October, November, December, January, February, March and April during the 2009/2010 School Year. 2.0 Background: Dennohotso Boarding School is a restructuring school in the 'Support our Schools' program. As such, the school is focused on improving student achievement in reading and math. An external technical assistance provider with a proven program in increasing student achievement is needed to guide the improvement process. The school wishes to refine the implementation of the writing lesson plans program in grades 3-8 and expand the writing lesson plan program to grades K-2, special education, PE, Navajo Studies and the Gifted and Talented programs. 3.0 Objectives: The Contractor will assist the school with the school by working with teachers in grades K-8 to raise the level of student achievement, to ensure adequately yearly progress for all students and to train academic staff in strategies to assure student success in future years. 4.0 Tasks. Contractor will: 1. Provide a total of eight (8) on-site visits by two (2) facilitators. There will be one visit per month starting in September through April.2. Deliver all material: a. Formative tests for reading and math grades 3-8. The formative tests include four to five questions for each Performance Objective (PO) tested. b. Proof of Mastery Grade Sheets. Proof of Mastery Grade Sheets document the grades students get on each contract. c. Meet with administrators to review the beginning of school procedure which include: blocking-time analysis, curriculum meetings, lesson plan templates, and proof of mastery grade sheets. 3. Meet with teachers to review the following: a. Lesson plan templates. b. Review pacing calendar and emphasize accountability. c. Mastery grade sheets. d. Identify students not achieving mastery. e. Plan remediation for each student not achieving mastery. f. Report findings and recommendations. 4. Review and introduce test taking skills and procedures. 5. Review previous months and give and explain procedures for giving the mock tests. 6. Review data from the first mock test with teachers and administrators and plan remediation. A copy of the report will be sent to the Education Line Office. Teachers and facilitator will plan remediation. 7. Review previous month and review student remediation plans and respond to intervention. 8. Review response to intervention and prepare for the second mock test. 9. Review mock tests data to prepare for intense remediation and response to intervention in preparation for the next tests. 10. Review test results with administrators. 11. Provide pacing calendars in math and reading, lesson plan formats that mirror the pacing calendar, grade sheets that mirror the pacing calendar in reading and math, response to intervention/remediation plans that mirror the pacing calendar and formative tests that mirror the pacing calendar. Provide all tests and scoring of all the mock tests. 12. Written summary report of the professional development activities. 5. Delivery. On-site visits from September 2009 to May 22, 2010. 6. Government Furnished Property. Meeting rooms, student data for reading and math and CORE reading and math textbook materials at the Dennohotso Boarding School. 7. Security. Contractor will sign in as a school visitor and obtain a visitor pass each day they are at the Dennohotso Boarding School. The possibility of a background check is expected, names of facilitators will be required. 5.0 Place of Performance: The onsite visits will be performed on the campus of the Dennohotso Boarding School. All written reports and scoring of mock test may be completed off-site. 6.0 Period of Performance: September 23, 2009 to May 22, 2010. RESPONSIBILITIES OF ALL SERVICE PROVIDERS: The service provider is to: 1. Report to a designated time and place for orientation to the organizational structure for service provision and the procedures delineated for providing the above specified services QUALIFICATIONS OF EXPERT PROVIDERS: 1. Bachelor 's Degree plus 30 graduate hours; 2. Two years experience in a school and Licensures in Reading and Math. The contractor shall have a favorable background determination issued by the BIE, Security Office. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The offeror shall have a favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA), 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 52212-I 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 52.23 2-36 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 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-IS Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DL&R 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)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 Ia: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS OF EXPERT PROVIDER section of SOW lb. Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Statement 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 22, 2009; 12:00 noon, Mountain Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, P.O. Box 26567, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK0E090096/listing.html)
 
Place of Performance
Address: DOI / Bureau of Indian EducationDennehotso Boarding SchoolP.O. Box 2570Dennehotso, AZ
Zip Code: 86535
 
Record
SN01959171-W 20090919/090918000338-bdae83d2badb85fa5eea68363c942e69 (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.