SOLICITATION NOTICE
U -- Technical Assistance on the Title IV 21st Century Community Learning Centers, Part B.
- Notice Date
- 2/18/2010
- Notice Type
- Presolicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RABQ5100001
- Response Due
- 3/8/2010
- Archive Date
- 2/18/2011
- 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, RABQ5100001, 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 $5.0 Million.The proposed contract is a Total 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 small business (prime). All small businesses shall comply with FAR 52.229-14, Limitations on Subcontracting. All small business sources may submit a quote, which will be considered by the Government. Background: The Bureau of Indian Education (BIE), Albuquerque Service Center (ASC), Division of Performance and Accountability (DPA) serves as the State Education Agency for 183 schools and dormitories located in 23 States. It is of utmost importance to create an after school learning environment that fosters personal growth and student achievement. BIE is committed to providing consistent and objective high quality scientifically researched and/or evidenced-based after school programming and technical assistance opportunities for the employees of the BIE education system. Scope: The contractor will provide technical assistance and an overall evaluation of the BIE 21st Century Community Learning Centers program. All activities will align with the requirements of No Child Left Behind, Title IV, Part B-21st Century Community Learning Centers and all BIE mandates that promote 21st Century Community Learning Centers student achievement and personal growth in the after school setting. All contractor activities will be scientifically researched based or evidenced based practices. The BIE has the full authority to approve activities, schedules, materials, and all activities taken to meet the objectives of the contract. All materials created in the implementation of the contract will be the property of the BIE. The contractor will provide all technical assistance materials and evaluation tool(s), with final approval by the BIE. Objective: To provide technical assistance to the BIE, schools and dormitories receiving Title IV Part-B, 21st Century Community Learning Centers funding. This may take place locally, regionally and/or nationally based on BIE needs. Task 1. To perform a visit at each of the 21st Century Community Learning Center sites, evaluate and provide technical assistance in the following areas, depending on the needs identified during the site visit evaluation and assessment; not limited to the following: Tutor Training; Performance Measures; Response to Intervention; Youth Development; Program Operations; Program Management; Student and Staff Safety; Professional Development; Student Behavior; Parent Involvement; Policies and Procedures; Lesson Plans and Planning; Student Records; Staff, Parent, and Student Surveys; and Attendance. Task 2. To utilize the BIE entrance interview and exit interview process. This will be provided by the BIE staff. a. Will clearly explain the site visit agenda with the school or dormitory administrator and the 21st Century Community Learning Center program coordinator prior to beginning the process. b. Will identify needs based on the site visit evaluation and address through technical assistance during the site visit. c. Will, along with the site coordinator, develop a performance improvement plan to address the areas of identified need and improvement. d. Will provide the school or dormitory administrator an entrance and exit interview to explain the site visit evaluation and assessment results. Task 3. Will report to BIE with a site visit report. a. Will use the BIE site visit report form. b. Will provide the report five (5) days after the site visit. c. Will include comments and recommendations related to the areas of technical assistance. Task 4. Will perform program evaluation and assessment. a. Will evaluate and assess program performance, both at the LEA and SEA level. b. Will recommend solutions based on overall program performance. Task 5. Will provide the BIE with a final evaluation report. The report will be quantitative and qualitative, based on national after school standards, qualities, and best practices. Required Qualifications: Vendors proposing to bid on this solicitation must meet the following qualifications: a. Must demonstrate knowledge, experience, and implementation of the requirements of the No Child Left Behind PL. 107-110, Title IV Part-B, 21st Century Community Learning Centers. b. Must demonstrate background and experience in performance improvement activities directly affecting Title IV programming in the school and dormitory setting that directly reflect the BIE 21st Century Community Learning Centers. c. Must have the appropriate qualifications and/or certifications to provide technical assistance, in the after school setting. d. Must provide a list of previous trainings and site visits accomplished that reflect the ability to work with American Indian populations to include educators and paraprofessionals in the after school setting. e. Must have demonstrated experience in working with American Indian staff, students, and American Indian rural communities. Terms: This is a multiple award with one (base) year and four one-year options. Contractor will provide one original and two copies of a cost proposal and project proposal. Deliverables: a. Site visit reports approved by the BIE. b. 1 final report approved by the BIE. c. Monthly activities report. d. 1 program wide performance assessment. Please include your DUNS Number, CAGE Number (obtain at www.ccr.gov) and TAX ID Number when submitting your quote. Please provide a breakdown of your costs. The Offeror shall provide an hourly rate for the base and four one year option periods and an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. Offeror must 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. The full text may be found at www.acquisition.gov/far. Offerors must include a completed copy of the provision FAR 52.212-03, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, it may obtained at http://www.acquisition.gov/far. The following clauses apply to this acquisition. FAR 52.252-01 Solicitation Provisions Incorporated by reference and FAR 52.252-02 Clauses Incorporated by Reference. FAR 52.212-04 Contract Terms and Conditions-Commercial Items (MAR 2009). FAR 52.212-05 (SEP 2009) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.203-06, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-04, Limitations on Subcontracting (DEC 1996); FAR 52.222-03 Convict Labor, FAR 52.233-03 Protest after Award, FAR 52.222- 19 Child Labor-Cooperation with Authorities and Remedies, 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 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-I 7 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; Travel Costs Clause; FAR 52.217-3 Evaluation Exclusive of Options (APR 1984), FAR 52.217-8 Option to Extend Services (NOV 1999), FAR 52.217-9 Option to Extend the Terms of the Contract (MAR 2000); and, FAR 52.212-01, Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-02, Evaluation-Commercial Items (JAN 1999), FAR 52.229-10 State of New Mexico Gross Receipts and Compensating Tax (APR 2003), FAR 52.222-54, Employment Eligibility Verification (JAN 2009); and 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12). 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 but still staying within budget. The Evaluation Factors are: 1. Technical Capability. (1a) Technical Excellence: Describe ability to meet required qualifications of expert provider section of the Statement of Work (SOW). (lb) 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 (within budget), and 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 March 08, 2010, 2:00 PM Local Time (MDT). You may mail your quote to DOI/BIA, Albuquerque Acquisition Office, PO Box 26567, Attention: Marita Roth, Contract Specialist, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019. If you intend to send your package by express service please send to DOI/BIA/Albuquerque Acquisition Office, Attention: Marita Roth, 1001 Indian School Road, Suite 347, Albuquerque, NM 87104-2303.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ5100001/listing.html)
- Place of Performance
- Address: DOI / BIE, Division of Performance and AccountabilityP.O. Box 1088Albuquerque, NM
- Zip Code: 871042303
- Zip Code: 871042303
- Record
- SN02068184-W 20100220/100218234751-7d0dbd74dc80be0292759e80ebad5b0e (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 |