Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOLICITATION NOTICE

T -- NEWSLETTER/COMMUNICATIONS PROJECT FOR THE BUREAU OF INDIAN EDUCATION

Notice Date
4/2/2010
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E100020
 
Response Due
4/9/2010
 
Archive Date
4/2/2011
 
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, RMK0E100030, 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 511120 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. Please provide a breakdown of your costs (see item 7). 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 April 15, 2010 to March 31, 2011. The option year POP shall be from April 1 to March 31 for each subsequent year. This office is requesting quotes on the following item: 1. BACKGROUND. The Bureau of Indian Education (BIE) serves as a State Education Agency (SEA) for 184 elementary and secondary schools and dormitories service 47,671 students located in 23 states on 63 American Indian reservations. The headquarters office, located in Washington DC, makes it is difficult to maintain efficient and effective communications with this many field sites without a concerted Public Relations Project team efforts directed by management. This Statement of Work describes this Communications and Public Relations Effort. 2. INTENTION. It is our intention is to continue the BIE Communications and Public Relations in order to reach not only employees and clients but the general public. Our purpose is to inform the above parties about the efforts to make fundamental reforms to improve student academic achievement, as required as the No Child Left Behind Act. Our intent is to continue positive Public Relations via dissemination of stories, pictures, and other information regarding BIE programs to staff, to the media or through our traveling conference exhibit and the Bureau of Indian Education website. The BIA intends to award a base year with four option year contract. 3. SCOPE OF WORK. This contract will enable BIE to develop quarterly newsletters for our staff; to develop data for a national website targeted to Indian Tribes and clients; to work with the BIA Public Information Officer; and approved media contacts to provide progress updates to the general public through news stories and updated statistics, provide conference and multi-media presentation assistance; and to support the recruitment of qualified teachers and administrators to work in BIE throughout Indian Country. 4. CONTRACTOR RESPONSIBILITIES. A. Work Tasks: 1. Four Quarterly Newsletters per Year. The Contractor shall develop, prepare and print the newsletters, content pertaining to BIE, particularly field programs, design camera-ready newsletter pages, 8 1/2 x 11 paper. The camera-ready pages shall be assembled to be used in a two-sided, 8 1/2 x 11 publication. The newsletters will be eight pages in length. The newsletter shall be mailed to the BIE mailing list consisting of designated Education Line Office staff throughout BIE and interested Tribes. In order to develop the newsletters, the Contractor shall interview BIE Directors, Associate and Deputy Directors, and Education Line Officers, as well as School Superintendents, Principals, students, etc., to obtain information to produce articles or to receive and edit pre-written articles pertaining to BIE operations and activities. The Contractor shall create graphics or photographs to enhance the newsletter layout, presentation and/or written information.The newsletter will be labeled and distributed by the Contractor via USPS and Federal Express, using BIE postage. The Contractor will keep an updated mailing list and prepare all labels accordingly. Prior to mail out, the newsletter will be separated by state before being delivered to the BIA Mailroom for final mail out. 2. Development and Updating of Website Data. Upon BIE management direction, the Contractor shall assist BIE managers in creating and updating the information content for the BIE Website and/or intranet (portal) site at least quarterly. 3. Travel and incidental expenses. Upon BIE management direction, travel to Indian Reservations and other sites are authorized, to perform these duties and incidental travel expenses may be authorized in accordance with Federal Regulations. B. Labor Requirements:1. Contractor's Labor Expertise and Experience Requirements. The Contractor will provide qualified labor for this contract.(a) A individual with extensive knowledge and experience with developing and dissemination of newsletters.(b) The Contractor will provide a person with extensive experience in creating and updating web page content.(c) The Contractor will provide an individual with knowledge and demonstrated experience in BIE programs, and specifically in BIE Operated schools and Tribally Controlled schools.2. Contractor's Program Manager to Be Named in Writing. The Contractor's Project Manager shall be responsible for the performance of these requirements. The name of this person shall be designated in writing to the Contracting Officer. The Project Manager shall be available during normal business hours to meet with Government officials (CO, COTR, or Program Director) to discuss any and all aspects of the contracted tasks.3. Compliance with Federal Ethics Guidelines. The Contractor shall comply with US Code 18 Section 207, Restrictions on former officers, employees, and elected officials of the executive and legislative branches, which is hereby incorporated by reference. 5. CONTRACTOR DELIVERABLESa. Four Quarterly Newsletters per year. The Contractor shall deliver the DRAFT newsletter to BIE management on or before the fourth day, or following day when the fourth is a holiday or weekend, of the first month of each and every Government fiscal year quarter (April 4, July 4, October 4 and January 4). The Contractor shall deliver other BIE-management authorized newsletters or Web-content services at the direction of BIE management.Pending BIE management approval of content, the Contractor shall deliver the FINAL newsletter to BIE management for printing on or before the twelve day, or following day, when the twelfth day is a holiday or weekend, of the first month of each and every Government fiscal year quarter (April 12, July 12, October 12 and January 12).The Contractor will deliver approximately six (6) camera-ready pages, 8 ? x 11 paper to be used in a two-sided 8 ? x 11 publication, to the COR prior to distribution. b. Development and Updating of Website Data. The Contactor must submit to the BIE COR, either in writing or by electronic file, the new or updated content intended for posting on the BIE Website and Intranet (portal) page or E-Communicator at least quarterly. 6. GOVERNMENT RESPONSIBILITIESa. Space and Utilities. The government will provide the space and utilities for one employee. It is anticipated that most work will be performed at table settings with adequate lighting and climate controls.b. Work Station. The government will provide one Work Station, to include desk and/or table, chair, etc. for the employee.c. Supplies and Materials. The Government will provide the supplies and materials necessary to support this contract.d. Office Equipment. The Government will provide the following equipment to support this contract:1. Copy Machines2. Fax Machine3. Computer, Printer, and Software4. Scanner5. Telephone and lines 7. SPECIFIC CONTRACTUAL REQUIREMENTS: a. Cost of Contract. 1. Labor costs Four Quarterly Newsletters 640 Hrs x $_________ = $___________160 Hours x 4 Quarters = 640 HoursCreating and Updating Web-page Content 100 Hrs x $_________ = $___________100 HoursEditing for Grammar, Spelling, Punctuation 4 Hrs x $_________ = $___________4 Hours 2. Printing costsFour Quarterly 6-page Newsletters (1,000 copies) 4 Qtrs x $_________ = $___________4 Quarters3. Travel Costs and incidental expensesTravel estimated for five trips 5 Trips x $_________ = $___________b. SchedulePeriod of Performance: April 15 to March 31. 8. CONTRACTING OFFICERS REPRESENTATIVEThe Government's Contracting Officer's Representative (COR) for this contract; will be the primary contact between the Contractor and the Government's Contracting Officer. The COR will be responsible for monitoring assessing and reporting on the performance of the Contractor. The COR will notify the Contracting Officer, in writing, when there is a major shift and/or change in any of the requirements. The government will provide sufficient lead time for the Contractor to adjust to such changes.The COR's name and address is: Jack Edmo, COR / Bureau of Indian Education / Albuquerque NM 87104 9. BILLING PROCEDURESThe Contractor will submit itemized invoices and vouchers at monthly intervals and will follow the format established for the approved budget, pending availability of funds. The Contractor will invoice only those expenses in the established budget. The Contractor will provide the COR one original signed invoice at the beginning of each month.The Government's COR will review each invoice, recommend amount(s) to be paid and submit to the Regional Finance office no later than five (5) days after receipt of each invoice. The COR will provide the analysis and explanation for any adjustment(s) from the amount invoiced. 10. OFFICE SCHEDULEThe Contractor shall provide personnel to meet all project requirements. The majority of the work will be performed during normal workdays, between the hours of 8:00 a.m. and 5:00 p.m., legal holidays excluded. The Contractor will have occasion for services to be performed outside of this principal period of performance, which will be provided on an "as needed" basis and shall only be performed after prior approval has been obtained by the Contracting Officer and/or the COR. 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. Price (within BIE Budget), 2. 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, 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. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; faxes and emails will not be accepted. The due date for receipt of quotes is April 14, 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 87125, or you can FedEx or deliver your quotes to: DOI/BIA, Albuquerque Acquisition Office, 1001 Indian School Road NW, Attention: Marita Roth, Contract Specialist, Albuquerque, NM 87104.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK0E100020/listing.html)
 
Place of Performance
Address: DOI/Bureau of Indian Education1011 Indian School Road NWAlbuquerque, NM
Zip Code: 87104
 
Record
SN02111170-W 20100404/100402234918-9f41b771ced3955743b7e2e8cba4665f (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.