Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

R -- R - MATH CONSULTANT SERVICES FOR OJO ENCINO DAY SCHOOL

Notice Date
5/25/2011
 
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
A11PS00424
 
Response Due
6/1/2011
 
Archive Date
5/24/2012
 
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
RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009 and is subject to reporting requirements of the Act. TAS No. 14/2101. Project No.D34N13. RECOVERY: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, The Bureau of Indian Education, NMNS - Chi Chil Tah Community School, Prewitt, NM, is soliciting quotes for software upgrade. *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov will begin with the October 10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, and report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. 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. A11PS00424 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, Ojo Encino Day School, Cuba, NM Statement of Work 1.0 Background: Ojo Encino Day School is a Bureau of Indian Education (BIE) operated school under New Mexico Navajo Central Agency, McKinley County, Cuba, New Mexico. The school operates a day program serving approximately 180 students. There are 35 employees, of this number, 14 teachers and 5 education technicians. The school is accredited by the Navajo North Central Accreditation (NCA) and the New Mexico State Department of Public Education (NMPED). Ojo Encino Day School is in Tier III Targeted Schools for school year 2010-2011. This action is based on the Standards Based Assessment, results in the past six 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 20% at the proficient level in math an indicator the achievement gap is significant and instruction must change to provide a strong fundamental math instruction at all grade levels. Ojo Encino Day School is in Tier III Targeted Schools by turnaround office. The Turnaround Office suggested this consultant in providing the technical assistance in the math program with fidelity across the 3-tiers. The consultant will provide technical assistance and related services designed to assist the school in improving the quality of instruction to increase student academic achievement. Technical assistance will include target assistance to school leadership team, and academic staff in the implementation of their Tier III as well as other school improvement plans, build staff capacity and establish support structures to enhance instructional practice. Consultant will provide implementation of all components required in the 1003(g) grant. Consultant will provide on-site technical assistance and professional development to include: lesson plan development with teachers based on the performance and assessment objectives for students in mathematics in the state of New Mexico and fidelity to the instructional program adopted by the school; observation of mathematics instruction in K-8 classrooms to assess overall implementation of lesson plans and fidelity of textbook and to provide feedback and recommendations for improvement; modeling of best practices in mathematics for teachers and staff; the provision of in-service on specific strategies for teaching mathematics such as making the process standards on integral part of instruction and boosting problem -solving skills; a provision of in-service related to progress monitoring on assessments currently in place at Ojo Encino (Dibels, AIMSweb, NWEA, NMSBA, formative teacher assessments from their textbook); meet with grade-level teams to renew formative assessment data and plan instructional interventions based on data; provide support and guidance to the school's leadership team related to effective implementation of school-wide mathematics programs. The Consultant must be highly skilled and experienced as educational consultants. They are knowledgeable with expansive expertise and training to assist our school and instructional staff. The consultant with assist with the full implementation of our Tier III Targeted Schools and provide guidance to assure all aspects of the plan is properly implemented for the desired student outcomes. Consultant must have provided technical assistance to several Bureau operated schools as well as Grant schools. The Consultant has an understanding our our culture and academic needs of our Native children. 2.0 Scope:Ojo Encino Day School will receive technical assistance services as follows: Monitoring and Implementation of the Tier III Targeted Schools Plan by ensuring full plan implementation, tracking and documenting improvement efforts, and providing ongoing guidance and technical assistance in the school improvement process. 3.0 Objectives:Consultant will develop a specific technical assistance plan in coordination and collaboration with school staff. The plan will target the implementation of the school's Tier III efforts and will impact all aspects of the school's operation 4.0 Tasks:Consultant will facilitate meetings to examine and monitor improvement efforts, and monitor improvement efforts, assessment of strategy use and renew of data go gauge impact of improvement efforts. Consultant will guide and monitor the changes instruction practice and the implementation of New Mexico standards by conducting classroom observation, coordinating of all instructional support services such as Special Education and after school tutoring. 5.0 Government -Furnished Property: No equipment is required. 6.0 Security: Consultant must receive a security clearance through the Bureau of Indian Education - Security Office. 7.0 Place of Performance: Services will be performed on the campus of Ojo Encino Day School located in Cuba, New Mexico. 8.0 Period of Performance:Base Year = 81 days from August 8, 2011 to June 30, 2012Option Year 1 = 81 days from August 1, 2012 to June 30, 2013 POINT OF CONTACT: Marriet Ignacio, Business Manager, 505-731-2333 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 EvaluationThe 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 Capabilities. 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. 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. In the areas of quality, timeliness, customer satisfaction and business practices. Relevance of the offer's past project experience to this type of requirement,in accordance with the SOW. Complete and submit Appendix I. APPENDIX I: Past Experience Questionnaire1. What were your specific responsibilities?2. Do you have persons from your past consulting services who would provide a professional reference? If so, please provide their name, address, and telephone number.3. What other similar consulting or independent contractor services you have rendered?4. Discuss how you would envision working as an independent contractor or consultant for Crownpoint Community School?5. What would be your specific goals for this new role as a consultant or independent contractor?6. What experience do you have that you think will be helpful?7. This assignment will require a lot of traveling to Crownpoint Community School, will that be a problem for you?8. This assignment will required interaction with Navajo teachers. What experience do you have working with Navajos?9. One requirement of this assignment is writing various types of reports. What relevant experience have you had on your previous assignments? Do you have any writing samples you could provide us with? Factor IV - Familiarity of the school or location. 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, in accordance with the SOW. Factor V - Past Performance. 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", in accordance with the SOW. Complete and submit Appendix II. APPENDIX II: Past Performance Questionnaire1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what did the you do to fix it?11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How did you perform considering technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. If you used subcontractors, What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Have you performed other past efforts with the any other agency? 16. What are your company's strong points or what the reference liked best? QUOTE LINE ITEMS:BASE YEAR: For two (2) Consultants1. Reading Consulting Services, 15 visits @ $_______ per day x = $_______ (Please provide a breakdown of total cost) OPTION YEAR 1:1. Reading Consulting Services, 120 visits @ $_______ per day = $________ (Please provide a breakdown of 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; FAR 52.233-4; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.232-30; FAR 52.232-33; FAR 52.232-36; FAR 52.222-36; FAR 52.223-18; FAR 52.211-18; FAR 52.217-08; FAR 52.217-09; FAR 52.217-02; FAR 52.204-06; FAR 52.216-01; FAR 52.203-15, Whistleblower Protection Under ARRA; FAR 52.204-11, ARRA - Reporting Requirements; DOI Acquisition Reg (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, June 1, 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/A11PS00424/listing.html)
 
Place of Performance
Address: OJO ENCINO DAY SCHOOLCUBA, NM
Zip Code: 87013
 
Record
SN02456425-W 20110527/110525234423-609696284d19ac6884a6ae659b4d113a (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.