SOLICITATION NOTICE
U -- MATH CONSULATING SERVICES AND TECHNICAL ASSISTANCE FOR TEACHERS, MATH COACH AND ADMINISTRATOR IN AREAS OF MATHMATICS.
- Notice Date
- 3/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RMK0E110005
- Response Due
- 3/24/2011
- Archive Date
- 3/10/2012
- 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, RMK0E110005 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 woman owned small business set-aside. All women owned 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 women owned small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible women owned 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 an hourly and 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. The Period of Performance (POP) shall be from March 28, 2011 (or contract award) to December 31, 2011. All work shall be performed in accordance with the Statement of Work. This office is requesting quotes on the following item: Provide all travel, supplies, materials and personnel to provide math consulting services and technical assistance for teachers, math coach and the administrator in areas of mathmatics for the Bureau of Indian Education, at the Sky City Community School. The school is located in the Pueblo of Acoma. The SOW is as follows: Background: The Bureau of Indian Education, serves as a branch of the state education agency (SEA) for 66 elementary and secondary schools and dormitories serving 17,000 students located in the states of Arizona, New Mexico, and Utah. The Statement of work calls for professional development and technical assistance. The purpose is to improve academic achievement of students and introduce strict accountability measures to hold schools, districts and states responsible for the academic results of student. POSITION: School Math Consultant. The school is Sky City Elementary School, Pueblo of Acoma, NM. IDENTIFIED STUDENTS: The total number of days required is 40 days. We believe that the needs of the students can be met with a contract of 2-3 days per month that would include time for the assessment and reassessment process (maximum of 40 days during the period of performance). The number of days for math consultant Services may increase or decrease during the period of performance, depending on the number of students that require services for each school year. STATEMENT OF WORK The Math Consultant shall provide on-site consultation, professional development and technical assistance in the areas of math for math coaches, administrator and school staff K-8. Services will include effective teaching strategies and researched based practices as prescribed in the New Mexico State Standards. The contractor shall supply on-going instructional support in math instruction and effective intervention strategies. WORK REQUIREMENTS Services shall include: 1. Provide on-site professional development as determined by the math coach and the administrator. Professional development will be on-going to increase teacher knowledge and pedagogy. Provide assistance and training in curriculum/lesson mapping. Professional development will range from specific content areas related to the State Standards, grade level specific, and include the process standards, as well as the Common Core State Standards. 2. Conduct in-class model lessons and lesson plan development with teachers and conduct follow-up discussions with teachers. 3. Conduct classroom observations to assess overall implementation of lesson plans and provide feedback and recommendations for improvement. 4. Provide support and guidance to the math coach in implementing school-wide math program. 5. Promote literacy in the math class including vocabulary development and language development. 6. Analyze data (NMSBA and other assessments) and help in decision-making to determine intervention and extension needs. 7. Provide resources for teachers and math coach. 8. Provide professional development for administrator in research based leadership practices. 9. Provide demonstrations and administrative coaching for the principal in utilizing systematic and scripted classroom observations to increase instructional effectiveness. EVALUATION REPORT OF PROGRAM EFFECTIVENESS All reports should contain all necessary information required to remain in compliance with any and all pertinent regulations mandated by federal or state laws. CONFIDENTIALITY: All materials furnished or produced by the contractor under this agreement, including, but not limited to, documents, reports, and correspondence will remain confidential. The contractor shall not release information to any persons, group of persons, or organization other than the Bureau of Indian Education and the school listed in this statement of work, which information related to work performed, research, or information derived from work performed under this agreement, breach of confidentiality shall be deemed substantial breach of this agreement and may be ground for rescission. RESPONSIBILITIES OF THE CONTRACTOR: The contractor 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 2. Make any additional reports or supply data to the BIE which may be required to evaluate and report on the provision of related services. 3. Make appropriate travel arrangements including payment of costs to be paid upon completion of work assignment for scheduled work with the bureau operated schools. Travel costs shall be reimbursed at the actual costs and in accordance with the Federal Travel Regulations. 4. Provide written reports and other documentation of services i.e. evaluation forms, attendance sheets, etc. for specific services as requested by the BIE/ADD. 5. Develop and provide all materials for professional development and technical assistance provided to schools, leadership team, staff, and/or BIE/ADD. QUALIFICATIONS OF EXPERT PROVIDERS: 1. Master's Degree; 2. Certification as a School Math consultant and 3. Three years experience in a school or clinical setting. 4. Knowledge of Acoma Pueblo language and culture preferred. Please include your TAX ID Number and DUNS Number when submitting your quote. The Offeror shall provide a breakdown of their cost to provide this service and provide a copy of their credentials, including but not limited the college diploma. The offeror shall have a favorable screening (applicant and suitability) determination that must be made by the Bureau of Indian Affairs (BIA) Personnel Security and Suitability Program in accordance with the Background Investigations Clause. The Offeror shall 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 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.acqnet.gov/far. 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; FAR 52.217-9. Option to Extend the Term of the contract; 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: (a) Technical Excellence: Describe ability to meet the Work Requirements, section of SOW; (b) Technical Approach: Describe your technical approach to accomplish each of the Work Requirements, delineated in the Statement of Work; (c) 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. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. The due date for receipt of quotes is MARCH 24, 2011; 2:00 p.m. Mountain Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, Attn: Marita Roth, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104. Emailed quotations will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK0E110005/listing.html)
- Place of Performance
- Address: DOI / BIE / SKY CITY COMMUNITY SCHOOL, 44 PINSBAARI DRIVE, PUEBLO OF ACOMA
- Zip Code: 87034
- Zip Code: 87034
- Record
- SN02399074-W 20110313/110311234500-c3c6d05bfc30e0a315e03c2f854f50a1 (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 |