SOLICITATION NOTICE
R -- Reading Consultant Services for the Bureau of Indian Education administration and staff at the Jemez Day School.
- Notice Date
- 8/8/2011
- 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
- A11PS01137
- Response Due
- 8/15/2011
- Archive Date
- 8/7/2012
- 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
- Reading Consultant Services for the Bureau of Indian Education administration and staff at the Jemez Day 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, for reading consultant services is issued as a Request for Quote (RFQ). The North American Industry classification (NAICS) code is 611710 and the business size maximum is $5 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. Recovery: The Government intends to use American and Recovery and Reinvestment Act of 2009 (ARRA) funds on this contract. The Base Period of Performance (POP) shall be from August 15, 2011 to December 15, 2011 for approximately 20 days. 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 reading consultant services for staff and administrators at the Bureau of Indian Education Jemez Day School. The school is located in Jemez, NM. BACKGROUND: The Bureau of Indian Education serves as a branch of the state education agency (SEA) for several elementary and secondary schools and dormitories serving the Navajo Reservation students located in the states of Arizona, New Mexico, and Utah. The Statement of Work calls for professional related services to assist the targeted Navajo Nation Schools in implementing the special education and related services as authorized under P.L. 108-446 Individualized with Disabilities Education Improvement Act (IDEIA). The purpose of IDEIA program is to improve academic achievement of students with disabilities and introduce strict accountability measures to hold schools, districts and states responsible for the academic results of student with disabilities. Approximately 49 schools will be funded Part B Funds through a formula based process to provide special education and related services for eligible children with disabilities. STATEMENT OF WORK: Provide all travel, supplies, materials and personnel to provide Reading Consultant Services. Reading Consultant shall provide on-site consultation, modeling, demonstration, professional development and technical assistance in the areas of reading and writing instruction for the reading coach, administrator and K-8 school staff. Services will include effective teaching strategies and practices as described in the New Mexico State Standards. The contractor shall supply on-going support, modeling and demonstration of reading and writing instructional techniques and effective intervention strategies utilizing the 4-tier model of RTI. Consultant shall provide effective instructional strategies for reading and writing 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 comprehension skills; and students who need structured, targeted reading and writing instruction in order to make large academic gains in a short amount of time. QUALIFICATIONS1. Masters Level Administrative Licensure in related field with 3 years experience. 2. Knowledge of data-analysis, RTI, New Mexico State Standards and Common Core Standards. 3. Evidence of Providing high quality professional development in reading. 4. Knowledge of core and intervention reading 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/mapping. 8. Vocabulary and background knowledge development for reading. 9. Evidence of successful experience working with Native American Students. 10. Experience in NWEA MAP, DIBELS, NMSBA and NMELPA Assessments. 11. Scientifically research based instruction practices. 12. Knowledge in 4-tier model intervention strategies. TECHNICAL FACTORSServices will include:1. Provide on-site professional development as determined by reading coach and administrator. Professional development will be on-going to increase teacher knowledge in literacy, leadership, and 4 tier interventions. Provide assistance and training in curriculum and lesson mapping in compliance with the school's adopted core reading programs. 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 for coach and teachers, demonstrate effective research-based strategies, provide lesson planning/mapping development with teachers and do follow-up discussions with teachers. Conduct classroom observations to assess overall implementation of lesson plans and provide constructive feedback and recommendations for improvement. Knowledge of approaches in dealing with learning disabilities in reading.3. Provide support, guidance, and recommendation to reading coach in implementing school-wide literacy programs. Specialty in effective use of core reading program: Success for All and Reading Mastery. Intervention programs: Phonics for Reading. Provide guidance for adolescent literacy.4. Provide support for implementing 4-tier Intervention model for identifying and supporting struggling readers and writers with appropriate strategy lessons.5. Analyze data (NMSBA, NWEA, DIBELS and other assessments) and help in decision-making to determine intervention and extension needs. Data Analysis- Development of pacing guides, Lesson planning/ mapping, Differentiated instruction, and Individualized Learning Paths based on data. Supportive of Direct Instruction techniques and teaching to mastery. 6. Provide support in the area of classroom management and organize for instruction. Provide strategies for encouraging active engagement in the classroom (KAGAN Strategies)7. Provide resources for teachers and reading coach. Work with Principal, Coach, and Teachers in establishing Professional Learning Communities (PLC's). 8. Provide professional development for administrator and reading coach in research based leadership practices.9. Provide demonstrations and administrative coaching for the principal and reading coach in utilizing systematic and scripted classroom observations to increase instructional effectiveness. EVALUATION REPORT OF PROGRAM EFFECTIVENESSAll reports should contain all necessary information required to remain in compliance with 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. INSTRUCTION TO OFFERORS All offerors shall submit a quote consisting of a separate (1) technical approach volume 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, and 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 contracts 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 Offeror 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 email to marita.roth@bia.gov. Offerors shall also reference the Solicitation 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 shall reference the Solicitation number in the subject line of their proposal. The Proposal response date is August 15, 2011. Basis of 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. 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. RECOVERY, the Base Year of this procurement is funded by the American and Recovery and Reinvestment Act of 2009 and is subject to the transparency and report requirements of Public Law 111-5 as stated in FAR Clause 52.204-11 and the American and Recovery and Reinvestment Act Reporting Requirements (Mar 2010 Deviation) available on the web at http://www.doi.gov/pam/diapr.html. The following Clauses are also hereby incorporated by reference at http://www.farsite.hill.af.mil.html: 52-203-15, 52.204-11, 52.212-4, 52.212-5, 52.231-4, 52.214-26, 52.215-2 and Alternative I, 52.225-21 through 52.225-24, 52.244-6. Receipt of award is contingent on the recipient meeting the requirements in Section 1512 (reports on use of funds) of the Recovery Act. RECOVERY-Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government While Driving; The text of this clause is found in Department of the Interiors Guidance, Relese 2010-4, issued March 25, 2010, which may be accessed at the website http://www.doi.gov/pam/DIG_2010-04[1].pdf.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01137/listing.html)
- Place of Performance
- Address: DOI / Bureau of Indian Education, Jemez Day School, P.O. Box 139, Jemez Pueblo, NM
- Zip Code: 87024
- Zip Code: 87024
- Record
- SN02524991-W 20110810/110808234754-aa2aed52b43cd2e473cd0980c0ef9803 (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 |