Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

U -- U - Consultant Services for Crownpoint Community School

Notice Date
4/27/2012
 
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
A12PS00973
 
Response Due
5/4/2012
 
Archive Date
4/27/2013
 
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
Total Small Business
 
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. A12PS00973 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. Total small business set asides, NAICS Code: 611710. Size standards in millions of dollars $7.0. Tiist Ts'Ozi Bi'Olta (Crownpoint Community School) Statement of Work 1.0Background: 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. When a school is in Corrective Action Year 2 (CA-2) status, the school begins planning for restructuring which has been the case for T'siisTs' oziBi'Olta (Crownpoint Community School). The Consultant must have extensive knowledge of and firsthand experience with our school and staff. The technical assistance to be provided is a continuation of the work that was initiated during 2007-2008 and spring of 2009, 2010, and 2011. 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 leaders, School Effectiveness Team (SET), and academic staff in the implementation of their Restructuring Plan as well as other school improvement plans, build staff capacity and establish support structures to enhance instructional practice. Consultant will provide specific technical assistance to assist the school to implement their Restructuring Plan. These specific services include monitoring the implementation of the Restructuring Plan, tracking and documenting improvement efforts, and providing guidance and technical assistance in the school improvement process. 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 will assist with the full implementation of our Restructuring Plan 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 worked with Native American (Navajo) students and staff in Arizona and New Mexico. The Consultant has an understanding of our culture and academic needs of our Native children. 2.0Scope: Tiist Ts'Ozi Bi'Olta (Crownpoint Community School) will receive technical assistance services as follows: Monitoring the Implementation of the Restructuring Plan by ensuring full plan implementation, tracking and documenting improvement efforts, and providing ongoing guidance and technical assistance in the school improvement process. 3.0Objectives: 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 restructuring efforts and will impact all aspects of the school's operation. 4.0Tasks: Consultant will facilitate meetings to examine and monitor improvement efforts, assessment of strategy use and review of data to gauge impact of improvement efforts. Consultant will track and monitor implementation efforts of the Restructuring Plan including Title VII, Title VI, and Title I. All aspects of the Restructuring Plan will be monitored such as the instructional components, professional development, parent involvement and resources allocation. Consultant will guide and monitor the changes instruction practice and the implementation of New Mexico standards by conducting classroom observations, coordinating of all instructional support services such as Special Education and after school tutoring. Consultant will assist and guide staff in establishing an ELL program that compasses Federal and state requirements, provide guidance in the academic areas to design instruction that will address the language proficiency levels of the students, assistance in developing the ELL program description, and establish procedures for program implementation. Consultant will provide technical assistance in the collection, analysis and reporting of student assessment data, conduct Data Retreats, provide training for staff on the data analysis process, use of data to guide program and professional development designs and use of data to guide instruction at the classroom level. Consultant will provide technical writing support and editing in the development of plans and required reports. 5.0Delivery: What the contractor must deliver?Consultant will develop a school wide Technical Assistance PlanConsultant will conduct monthly on-site visitsConsultant will coordinate monthly meetings with the school principal and SET to monitor service delivery, development and submission of monthly summary reports.Consultant will facilitate meetings with school's SET and stakeholders (school board, parents and community members) to facilitate improvements efforts.Consultant will plan and debrief meetings with school leaders, the SET and School Board.Consultant will conduct classroom observations and debrief sessions with individual staff and/or SET.Consultant will conduct research, design and develop forms, write and edit narratives, develop procedure descriptions, improvement plans and other documents necessary to document the school's improvement efforts.Consultant will facilitate strategic planning meetings and other work sessions. 6.0Government - Furnished Property: Use of the copier for reports. 7.0Security: Consultants have received security clearance through the Bureau of Indian Education - Security Office. 8.0Place of Performance: Contract effort will be performed on the campus of Tiist Ts'Ozi Bi'Olta (Crownpoint Community School) located in the New Mexico Navajo Agency, McKinley County, Crownpoint, New Mexico. 9.0Period of Performance:15 days from time of award to June 30, 2011. 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". QUOTE LINE ITEMS: 1. Consulting Services, 15 visits @ $_______________ per day = $_______________. 2. Travel Costs: $_______________ (provide a breakdown) 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 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.232-30, Installment Payment for Cmmerical 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 52.204-06, 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, May 4, 2012. 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/A12PS00973/listing.html)
 
Place of Performance
Address: Crownpoint Community SchoolHighway 371Crownpoint, NM
Zip Code: 87313
 
Record
SN02733979-W 20120429/120428000328-08fc84ee664edef99c2c322416f9beb3 (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.