Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

R -- Educational Strategic Planning

Notice Date
2/25/2010
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Acquisition Nashville 545 Marriott Drive Nashville TN 37214
 
ZIP Code
37214
 
Solicitation Number
RMS00100002
 
Response Due
3/15/2010
 
Archive Date
2/25/2011
 
Point of Contact
Ken Lloyd Contracting Officer 6155646970 KENNETH.LLOYD@BIA.GOV;
 
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 Subpart 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. Solicitation No. RMS00100002 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $7.0 Million. This acquisition is a total small business set-aside. Haskell Indian Nations University is seeking a contractor with experience in the successful development of long range strategic planning processes for federally funded, tribally operated, institutions of higher education to assist in the development of a five year Strategic Plan. Contractor must possess a Doctoral Degree in Post Secondary Education or equivalent and have a background of successful accreditation initiatives for post-secondary institutions. The contract performance period will be from date of award until the contractor completes the tasks specified in the Scope of Work and the Strategic Plan is approved by the Board of Regents for Haskell. NOTE: For a copy of the Scope of Work, please e-mail susan.sutton@bia.gov no later than 5 March 2010. Qualified contractors are requested to provide the following as part of their proposal: 1. Evidence of technical competence in providing contractual support for deliverables such as training provisions for Tribally-based Board of Regents and models of continuous improvement. Proposal must include proof of technical competence in the creation of timelines and plans for successful strategic planning with tribal universities and higher education accreditation requirements. 2. Evidence of contractor's experience working on similar projects of this size and scope. 3. Contractor's academic credentials. 4. Contractor's experience in developing strategic plans with post-secondary institutions using collaborative approaches. 5. Contractor's experience with Indian post-secondary education. 6. Letters of support from contractor's previous clients and/or contracts. In addition to the above, an original signed and dated quote, accompanied with contractor's DUN number, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, mailed to the Bureau of Indian Affairs, Eastern Region Office, Division of Acquisition, Attention: Ken Lloyd, 545 Marriot DR, STE 700, Nashville TN 37214 or by email to Kenneth.Lloyd@bia.gov and Susan.Sutton@bia.gov by close of business, Central Time, March 15th, 2010. Facsimile quotes will not be accepted. Any further questions regarding this announcement may be directed to Susan Sutton at (615) 564-6752. QUOTE: Interested contractors shall submit a quote on the following CLINs: (Price shall include all services, materials and travel expenses.) CLIN 001: Task I(Initiate Immediately after Award) $___________ CLIN 002:Task II(Initiate 24 Days after Award) $___________ CLIN 003:Task III (Initiate 55 Days after Award) $___________ CLIN 004:Task IV (Initiate 77 Days after Award) $___________ Total Cost for All Work (Completed Plan 120 Days after Award) $___________ AWARD: Award will be made to the offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors are technical and price - the government reserves the right to award to other than the low offeror if the awardee is judged to have a superior technical proposal); 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.504-07 Central Contractor Registration; 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); and 52.229-3 Federal, State, and Local Taxes (April 2003). The Federal Acquisition Regulations clauses and provisions are available in the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMS00100002/listing.html)
 
Place of Performance
Address: Haskell Indian Nations UniversityLawrence KS
Zip Code: 66046
 
Record
SN02076276-W 20100227/100226094335-cb185caafa2287a92f055a9ddd50e48f (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.