SOLICITATION NOTICE
U -- Math Consultant Services and Technical Assistance for Teachers, Math Coach and Administrator in areas of Mathematics
- Notice Date
- 7/25/2011
- 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
- A11PS00569
- Response Due
- 8/2/2011
- Archive Date
- 7/24/2012
- 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
- Professional, Administrative and Management Support for the Bureau of Indian Education (BIE), Sky City Community School. 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, reading consultant services and technical assistance for teachers, reading coach and administror is issued as a Request for Quote (RFQ). The North American Industry classification (NAICS) code is 611710 Educational Support Services and the business size maximum is $7 million. This acquisition is being solicited under 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 prime. All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. Resultant contracts shall be awarded as a firm fixed price contract. The Base Period of Performance (POP) shall be from Contract Award to December 30, 2011. The Government plans to make a single contract award. 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, reading coach and the administrator in the areas of reading for Bureau of Indian Education at the Sky City Community School. The school is located in the Pueblo of Acoma. INTRODUCTIONContractor shall provide on-site consultation, modeling, demonstration, professional development and technical assistance in the area of mathematics for the math coach, administrator and school staff; K-5, lower elementary and grades 6-8, upper elementary. Services will include effective teaching strategies and practices as described in the New Mexico State Standards and Common Core Math Standards. The contractor shall supply on-going support, modeling and demonstration of mathematics instructional techniques, student engagement techniques and effective intervention strategies utilizing the 4 tier model of RTI. Consultant will need to have a successful mathematics teaching background to provide effective instructional strategies for mathematics, classroom management strategies, and the ability to model effective lessons for: students who do not perform at grade level expectations including students that are two or more grade levels behind and one or more grade levels ahead of their enrolled grade; students who have academic vocabulary and background knowledge deficits that impede their mathematics skills; and students who need structured, targeted mathematics instruction in order to make large academic gains in a short amount of time. STATEMENT OF WORKMath Counts Implementation SupportContractor will provide expert on-site consultation, technical assistance, and professional development related to each school's math program and implementation. Contractor will conduct walk through observations of math instruction with principals and coaches, de-brief after observations to discuss strengths and needs, assist with planning of 4-tier instructional model, review school data for instructional planning and decision making, model explicit instruction for coaches and teachers who need this level of support, and meet with the school math leadership teams to develop/review action plans.Conduct Basic On-Site Math Coach Instruction.The contractor shall conduct basic on-site math coach instruction which facilitates the math coach's understanding of the importance of correct curriculum implementation, supports mathematics content knowledge, fidelity of instruction, correct analysis of all BIE data points and addresses the correct use of the 4-tier instructional model, and how to provide informed school-level coaching feedback to the classroom teachers based on their classroom observations and short-cycle or progress monitoring data points. The contractor shall provide demonstration, observation and feedback, and examples of the coaching feedback process to the school-level coach. An exit competency process shall be conducted to ensure school-level coach's level of understanding. Conduct Intermediate On-site Coach Instruction: In addition to the above, the contractor shall conduct intermediate on-site math coach instruction which builds on the current knowledge, skills, and abilities of the school-level coach. This shall include identifying instructional gaps between the curriculum and the state standards, developing standards-based units of instruction, and implementation of the three or four tier model of instruction using the curriculum. The contractor shall provide the school-level coach with the necessary knowledge, skills, and abilities to identify implementation gaps, appropriate analysis of assessment data and implement an appropriate instructional remedy. The contractor shall train the school-level coach to analyze, interpret, and align the curriculum to the state standards and/or the common core standards. The contractor shall provide the school-level coach with the knowledge, skills, and abilities to work with resistant and struggling teachers. The contractor shall provide demonstration, observation and feedback, and examples of the coaching feedback process to the school-level coach. An exit competency process shall be conducted to ensure the school-level coach's level of understanding. Conduct Advanced On-Site Coach Instruction:In addition to the above, the contractor shall conduct advanced on-site math coaching instruction which builds on current knowledge, skills, and abilities of the school-level coach. The contractor shall provide the necessary assistance to BIE funded schools to support student instruction in standards-based mathematics programs use current evidence-based research results to close the math achievement gap for BIE students. The contractor shall provide the school-level math coach the ability to identify state assessment power standards and map the math curriculum. The contractor shall provide the school-level coach with the necessary knowledge, skills, and abilities to differentiate the math curriculum and instructional practice to address individual student math achievement gaps. An exit competency process shall be conducted to ensure school-level coach's level of understanding. The contractor shall provide the school-level coach the technical assistance in the evaluation of the effectiveness of the school-wide math program as it aligns to the entire school improvement process across all instructional content areas. Contractor will schedule on-site visits to all schools directly and select convenient dates for the number of days identified. Contractor will provide BIE program staff with completed site visit reports within 10 days of site visit completion. School Site: Sky City Community School is operated by the Bureau of Indian Education for Native American students and is located on the Acoma Reservation 70 miles west of Albuquerque, NM and 25 miles east of Grants, NM. CONTRACTOR TASKS Services shall include:a. Provide on-site professional development as determined by math coach and administrator. Professional development will be on-going to increase teacher knowledge and pedagogy in the content area of mathematics. Provide assistance and training in curriculum/lesson mapping. Professional development will range from specific content areas of mathematics related to the State Standards, grade level specific, and include the process standards, as well as the Common Core Standards.b. Conduct in-class model lessons and lesson plan development with teachers and do follow-up discussions with teachers for the content area of mathematics.c. Conduct classroom observations to assess overall implementation of math programs, lesson plans and provide constructive feedback and recommendations for improvement.d. Have knowledge of core math programs(Harcourt for grades K-5 and McDougal Little for 6-8) and knowledge of our intervention programs (Pinpoint Math and Do the Math) to provide support and guidance to math coach in implementing school-wide math programs.e. Promote literacy in the math class including vocabulary development and language development.f. Analyze data (NMSBA, NWEA MAP, AIMSweb and other assessments) and help in decision-making to determine intervention and extension needs.g. Provide scientifically research based resources for teachers and math coach.h. Provide professional development for administrator and math coach in research based leadership practices.i. Provide demonstrations and administrative coaching for the principal and coach in utilizing systematic and scripted classroom observations to increase instructional effectiveness. CONTACTOR QUALIFICATIONS1. Masters Level Administrative Licensure in related field with 3 years experience 2. Must have knowledge of data-analysis, RTI, New Mexico State Standards, and the Common Core Standards3. Evidence of providingt high quality professional development in mathematics.4. Knowledge of core and intervention mathematics programs or strategies.5. Knowledge of child development in grades K-8th (Ages 5 yrs.-16 yrs).6. Teaching background for providing engagement, classroom management and modeling of lessons, etc.7. Data analysis and utilization of standards, curriculum, and mapping.8. Vocabulary and background knowledge development for mathematics.9. Evidence of successful experience working with Native American Students.10. Experience in NWEA, MAP, AIMSweb, NMSBA and NMELPA assessment.11. Scientifically researched based instruction practices.12. Knowledge in 4 tier model of RTI and intervention strategies. 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. Instructions to offerors: All offerors shall submit a quote consisting of a separate (1) technical and (2) price volume. The volumes shall be as follows: Volume One: Technical Quote and Volume Two: Price Quote. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. Basis of Award: The Government will make an award based upon best-value. Technical factors as a whole are more important than price. The evaluation factors are as follows in descending order of importance: a. Qualifications and Experience of Proposed Personnel; b. Technical Approach; c. Past Performance Volume 1: Technical Quote The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Offeror has an understanding of all requirements specified in the Statement of Work. The technical quote shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical quote so that the Offeror's understanding of the detail and complexity of the requirements may be evaluated. 1.a. Qualifications and Experience of Proposed Personnel. The Contractor shall demonstrate that current and proposed staff has an appropriate range of relevant academic and applied experience as well as licensures. The technical quote shall contain resumes of the proposed personnel along with a copy of their applicable licenses. 1.b. Technical Approach. The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. 1.c. Past Performance: The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers, and other relevant information. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control, and Customer Satisfaction. Offerors should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. Volume 2: Price Quote. The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. All items are critical, as the Government will evaluate the Offeror's proposal for reasonableness and completeness/accuracy. An analysis will be completed on a "total price" basis consistent with a fixed price methodology, counting base and option periods as inclusive of the total fixed price. Questions Submission: Questions must be submitted electronically via e-mail to Marita.Roth@bia.gov. Offerors shall also reference the RFQ number in the subject line of their questions. Proposal Submission: Proposals must be submitted in two hard copies to BIA, Albuquerque Acquisition Office, Attn: Marita Roth, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104. Offeror's shall also reference the RFQ number in the subject line of their quote. The RFQ Response date (closing date) is 3:00 pm Mountain Time, Tuesday, August 2, 2011. Basis for Award: Award will be made the Offeror whose proposal contains the combination of evaluated factors offering the best overall value to the Government. This will be determined by comparing differences in technical merit with differences in price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. Travel: The Contractor 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. The Contractor shall be reimbursed for actual allowable, allocable, and reasonable travel costs incurred during performance of this effort in accordance with the Federal Travel Regulations in effect on date of travel. The Contractor shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full texts. The provisions at FAR 52.212-1 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.arnet.gov; www.orca.gov, or contact the CO to receive a copy. FAR 52.252-02 Solicitation Provisions Incorporated by reference; Clauses Incorporated by Reference, 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12); 1452.204-70 Release of Claims - Department of the Interior, 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 52.212-01 Instructions to Offerors - Commercial Items; 52.212-02 Evaluation - Commercial Items; 52.212-03 Offeror Representations and Certifications - Commercial Items; 52.213-02 Invoices; 52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-08 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33 FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.23 2-36 Payment by Third Party; 52.239-01 Privacy or Security Safeguards. Provisions in full text: 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; 52.217-08 Option to extend Services; 52.217-09 Option to Extend the Term of the Contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00569/listing.html)
- Place of Performance
- Address: Department of the Interior, Bureau of Indian Education, Sky City Community School, 44 Pinsbaari Drive, Pueblo of Acoma
- Zip Code: 87034
- Zip Code: 87034
- Record
- SN02508868-W 20110727/110725234243-ef8fbfe2055b8d0d24791a0747263c42 (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 |