Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

R -- R - MATH CONSULTANT SERVICES FOR CROWNPONT COMMUNITY SCHOOL.

Notice Date
3/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A11PS00058
 
Response Due
4/4/2011
 
Archive Date
3/22/2012
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A11PS00058 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This procurement is being conducted under the Simplified Acquisition procedures pursuant to the authority of FAR subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b) FAR Part 12, Acquisition of Commercial Item (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. DESCRIPTION: Math Consulting Services for BIE, Crownpoint Community School, Crownpoint, NM SCOPE OF WORKSITE IMPLEMENTATION AND CONSULTATION FOR CONSORTIUM ON MATH EXCELENCEFOR CROWNPOINT COMMUNITY SCHOOL LOCATION: The contractor shall provide and furnish all equipment and materials, training and otherservices to coach and support for professional development to implement the CORE program to beperformed at Crownpoint Community School, a Bureau of Indian Education operated schools for the NewMexico Central Education line Office. Period of Performance will be from Date of award to June 30,2011. BACKGROUND: Tiist Ts'Ozi Bi'Olta (Crownpoint Community School) is a Bureau of Indian Education (BIE) operated school under New Mexico Navajo Central Agency, McKinley County, Crownpoint New Mexico. The school operates a day and residential program serving approximately 475 students. There are 95 employees, of this number, 32 are teachers and 15 education technicians. The school is accredited by the Navajo North Central Accreditation (NCA) and the New Mexico State Department of Public Education (NMPED). T'iis Ts' ozi'Bi'Olta (Crownpoint Community School) is in Restructuring Year 2 status for school year 2010-2011. This action is based on the Standards Based Assessment results in the past four years, the performance level of our students in reading and math have been significantly below the Average Measurable Objective (AMO). The Average measurable Objective (AMO) is a goal set by each state under the No Child Left Behind (NCLD) Legislation of 2001. All students and each subgroup are expected to make Adequate Yearly Progress (AYP) each school year. All students are to be proficient by 2014. The analysis of our test scores in the past four years have shown that our students have continuously scored at a critically low level. Our students in grades 3-8 have scored less that 10% at the proficient level in reading and math, and indicator that the achievement gap is significant and instruction must change to provide a strong fundamental math and reading instruction at all grade levels. Consultant must provide on-site technical assistance in mather work with our academic staff, have a clear understanding of the training and professional development needs. Based on familiarity and extensive knowledge of our school and staff needs, consultant will continue to provide direct services to the academic staff which will be greater benefit. Consultant must have extensive training and experience in working with teachers and students, served as a math consultant to those schools by working and teaching the academic staff new techniques to change their approach to teaching mathematics. Consultant also brings to the instructional setting the knowledge of research based approach to teaching mathematics. Understands and implements according to research based knowledge and approach to address learning modalities specifically with our Native children. Consultant has an understanding of our culture and academic needs of our students. Math Consultant must have a strong background in education, a strong knowledge of math content and instruction. Has the experience and expertise how children learn and how to best meet their instructional needs. 2.0 Scope: Tiist Ts'Ozi Bi'Olta (Crownpoint Community School) will receive technical assistance services as follows: Provide one to one teacher classroom support which will include working with the academic staff, assisting those needing extra direction and support in teaching mathematics from a New Mexico Standards-Based and hands-on approach. Will provide daily mentoring on site. Classroom demonstrations and support will be provided to teachers on a rotating basis. Will provide training to include intensive exploration of hands-on student centered techniques and applications to allow teachers and education technicians to work through problems. The intent is to teach new techniques as a new way of teaching to change the way teachers have approached mathematics. Will conduct training support and provide feedback to the school principal, teachers and school board on a monthly basis. Staff development by the consultant will include Time on Task, Lesson Planning, Modeling of Math Strategies and Teaching Tips and Strengthening Computational Needs. Staff development will be an on-going support to the teaching staff. 3.0 Objectives: Consultant will continue to work with and mentor the teaching staff to heighten their expertise by teaching math more in depth with a greater understanding of standards based teaching and process using best practice. Will assist the teaching staff to optimize their progress by setting up a program to progress through specific strengths and skills in efforts to improve and enhance instructional delivery. Will continue to give support to all teaching staff who is involved in Response to Intervention(RTI) will lesson planning, extra supplemental sheets and web sites, objectives, modeling, and to be present and help with instructional questions, based on the technical support the teaching staff will be able to implement best practices to augment student growth. 4.0 Tasks: Consultant will provide technical support to all teaching staff, particularly to those needing extra direction and support in teaching of mathematics from a New Mexico Standard Based on hands-on approach. Consultant will mentor on-site daily to provide on-going classroom demonstration and support to teaching staff on a rotating basis. Consultant will provide support to staff in lesson planning, extra supplemental sheets and websites, objectives and modeling. Consultant will work with the teaching staff on developing and understanding math vocabulary through notebooks and support pages. Consultant will provide positive interventions and teaching tips to enhance instruction. Consultant will provide follow up reports weekly and meet with the school principal. 5.0 Delivery: What the consultant must deliver? The consultant will provide technical assistance and support to the teaching staff. Staff development will be provided to support on-going technical assistance to the teaching staff to improve instructional delivery of mathematics and to enhance student learning. Service will be delivered to New Mexico Navajo Central Agency, Tiist Ts'Ozi Bi'Olta (Crownpoint Community School), McKinley County, Crownpoint, New Mexico. 6.0 Government -Furnished Property: No equipment is required. 7.0 Security: Consultant must receive a security clearance through the Bureau of Indian Education - Security Office. 8.0 Place of Performance: Services will be performed on the campus of Tiis'Ozi Bi'Olta (Crownpoint Community School) located in Crownpoint, New Mexico. 9.0 Period of Performance:Base Year = 28 days from time of award to June 30, 2011.Option Year 1 = 120 days from August 1, 2011 to June 30, 2012Option Year 2 = 120 days from August 1, 2012 to June 30, 2013Option Year 3 = 120 days from August 1, 2013 to June 30, 2014Option Year 4 = 120 days from August 1, 2014 to June 30, 2015 POINT OF CONTACT: Derryl Long, Business Manager, 505-786-6159 FAR 52.212-02: Evaluation -Commerical Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management CapabilityFactor III - Past ExperienceFactor IV - Familiarity of the school or locationFactor V - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3.Evaluation The Government will be utilizing a best value trade off proceedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4.Evaluation FactorsFactor I - Technical Capability Factor II - Management CapabilityFactor III - Past ExperienceFactor IV - Familiarity of the school or locationFactor V - Past Performance Factor I - Technical Capability quote for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b)Understanding of general and local condition which can affect the SOW. c)Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d)Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a)Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b)Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path.c)Submit a resume along with a letter of commitment for all key personnel. Factor III - Past Experience for similar Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. In the areas of quality, timeliness, customer satisfaction and business practices. Relevance of the offer's past project experience to this type of requirement. See Appendix I. Factor IV - Familiarity of the school or location for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Consultant shall demonstrate the familiarity of the school or location, staff, student performance data, school needs, demographics and other key information about the population attending Crownpoint Community School. Factor V - Past Performance for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". See Appendix II. PLEASE SEE ATTACHED FOR: Evaluation Rating; Appendix I; and Appendix II. QUOTE LINE ITEMS:BASE YEAR:1. Math Consulting Services, 58 visits @ $_______________ per day = $_______________. 2. Travel Costs: $_______________ 3. TOTAL COST: $ ___________________ OPTION YEAR 1:1. Math Consulting Services, 120 visits @ $_______________ per day = $_______________. 2. Travel Costs: $_______________ 3. TOTAL COST: $ ___________________ OPTION YEAR 2:1. Math Consulting Services, 120 visits @ $_______________ per day = $_______________. 2. Travel Costs: $_______________ 3. TOTAL COST: $ ___________________ OPTION YEAR 3:1. Math Consulting Services, 120 visits @ $_______________ per day = $_______________. 2. Travel Costs: $_______________ 3. TOTAL COST: $ ___________________ OPTION YEAR 4:1. Math Consulting Services, 120 visits @ $_______________ per day = $_______________. 2. Travel Costs: $_______________ 3. TOTAL COST: $ ___________________ Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: FAR 52.233-03, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segreated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.232-30, Installment Payment for OCmmerical Items; FAR 52.232-33, Payment by Electronic Funds Transfer-CCR; FAR 52.232-36 Payment by Third Party; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.211-18 Variation in Estimated Quantity; FAR 52.217-08, Option to Extend Services; FAR 52.217-09, Option to Extend the Term of the Contract; FAR 52.217-02, Cancellation Under Multiyear Contracts; FAR 52.204-06, Data Universal Numbering System; FAR 52.216-01, Type of Contract; Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program; 1450-0016-001, Homeland Security Presidential Directive 12 (HSPD-12); 1452-204-70, Release of Claims; Background Investigations Requirement; Federal Travel Regulations. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, by close of business, 4:30 P.M., Local Time, April 4, 2011. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: mary.jim2@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8257, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00058/listing.html)
 
Place of Performance
Address: Crownpoint Community SchoolHighway 371Crownpoint, NM
Zip Code: 87313
 
Record
SN02407622-W 20110325/110323234554-952718407166dbbb0b0651e90bec997f (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.