Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOLICITATION NOTICE

U -- Reading and Math Consulting Service, San Ildefonso Day School

Notice Date
7/30/2012
 
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
A12PS02068
 
Response Due
8/3/2012
 
Archive Date
7/30/2013
 
Point of Contact
Yvette Washington Contract Specialist 5055633663 yvette.washington@bia.gov;
 
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 and Math Consulting Service. 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 and Math Consulting services is issued as a Request for Proposal (RFP). The North American Industry classification (NAICS) code is 611710 and the business size maximum is $7 million. This acquisition is being solicited under a total small business set-aside in accordance with FAR 52.219-06. All responsible small business sources may submit a proposal, which will be considered by the Government. The resultant contract shall be awarded as a firm fixed price contract. The Base Period of Performance (POP) shall be from August, 2012 to July 31, 2013 with four option periods. The Government plans to make a single contract award. Proposals shall include the following anticipated periods of performance and shall be priced according to the following CLINS: CLIN 1: Base Period, August, 2012 to July 31, 2013 $_______________ CLIN 2: Option Period One, August 1, 2013 to July 31, 2014 $_______________ CLIN 3: Option Period Two, August 1, 2014 to July 31, 2015 $_______________ CLIN 4: Option Period Three, August 1, 2015 to July 31, 2016 $_______________ CLIN 5: Option Period Four, August 1, 2016 to July 31, 2017 $_______________ Total Price: $___________________ This office is requesting proposals on the following: STATEMENT OF WORK Statement of Work Reading and Math Consulting Service San Ildefonso Day School, San Ildefonso, New Mexico INTORDUCTION: Professional reading and math consulting services are required to provide on-site consultation, professional development and technical assistance in the areas of reading and mathematics in support of the reading/math coach, administrator, and school staff for grades K-6 at San Ildefonso Day School. SCOPE OF WORK: Services shall include effective teaching strategies and practices as prescribed by the Common Core Standards as well as curriculum support in Saxon Math and HM StoryTown. The Contractor shall provide on-going instructional support in reading and math instruction and effective strategies utilizing the 3 tier model of RTI. The Contractor will provide effective strategies that work with Native American students. BIE Reads and Math Counts implementation Support: The Contractor shall provide professional expert on-site consultation, technical assistance, and professional development related to the schools' core reading and intervention program; and implementation of the schools' core math and math intervention program. The Contractor shall conduct walk-through observations of reading and math instruction with principal; and coaches, de-brief after observation to discuss strengths and needs, assist with planning a 3-tier instructional model, review schools data for instructional planning and decision making, model explicit instruction for coaches and teachers who need this level of support, and meet with the schools reading and math eldership teams to develop and review actions plans. Conduct Basic On-Site Instructional Coach direction: The Contractor shall conduct basic on-site instructional coach direction and support which facilitates the coach's understanding of the importance of correct curriculum implementation, fidelity of instruction, correct analysis of all BIE data points and addresses the correct use of the 3-tier instructional model, and how to provide informed school-level coaching feedback to the classroom teachers based on their classroom observation and short-cycle assessment 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 insure coach's level of understanding. Conduct intermediate On-site Coach Instruction: The Contractor shall conduct intermediate on-site instructional coach direction and support 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 common core standards, developing standards-based units of instruction, and implementation of the 3-tier model of instruction using the schools' curriculum. The Contractor shall provide the school-level coach with the necessary knowledge, skills and abilities to identify instructional remedy. The Contractor shall train the school-level coach to analyze, interpret, and align the curriculum to the common core standards. The Contractor shall provide the school-level coach with the knowledge, skills and abilities to work with resistant and ineffective teachers. The Contractor shall provide demonstration, observations 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: The Contractor shall conduct advanced on-site coaching instruction which builds on current knowledge, skills and abilities of the school level coach. The Contractor shall provide instruction on the scientifically research-based sequence of reading acquisition and math number sense, identifying the individual skills deficits of struggling students and how to use current evidence-based research results to close the reading and math achievement gap for BIE students. The Contractor shall provide the school level coach the ability to identify state assessment power standards or common core standards that will map the reading and math curriculum. The Contractor shall provide the school-level coach with necessary knowledge, skills and ability to differentiate the reading and math curriculum and instructional practice to address individual students reading and 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 reading and math program, as it aligns to the entire school improvement process across all instructional content areas. The Contractor shall schedule on-site visits to the school directly and select convenient dates for the number of days identified. The Contractor shall provide BIE program staff with complete site visit reports within 10 days of site visit completion. On-site Visits: For the 2012-2013 school year, it is estimated that services will be required for three (3), 2-day visits, for a total of 6 days. The specific dates will be by mutual consent between the Contractor and the school. School Site: San Ildefonso Day School, 36 Tunyo Po (on the pueblo), San Ildefonso, NM San Ildefonso Pueblo is located approximately 23.7 miles northwest of the city of Santa Fe, NM, off New Mexico Highway 502. CONTRACTOR TASKS: Service will include: 1.Provide on-site professional development as determined by the instructional coach and administrator. Professional development will be on-going to increase teacher knowledge in reading and mathematics, leadership and 3-tire interventions programs. Provide assistance and training in curriculum and lesson mapping in compliance with the school's adopted core reading and mathematics programs. Professional development will range from specific content areas related to the State Standards and Common Cores Standards, grade level specific and include the process standards in reading and math. 2. Conduct in class model lessons for coach and teachers, demonstrate effective research based strategies, and provide lesson planning and mapping development with teachers. Conduct follow-up discussion with teachers, school level coach and administration. Conduct classroom observations to assess overall implementation of lesson plans and provide constructive feedback and recommendations for improvement. Share knowledge of approaches in dealing with students with learning disabilities as related to reading and math. 3.Provide support, guidance and recommendations to instructional coach in implementing school-wide reading and math literacy program. Specifically in using the core curriculum of Houghton Mifflin (Reading) and Saxon (Mathematics). 4.Provide support for implementing 3-tire Intervention model for identifying and support struggling students in reading and math and supporting them is appropriate and strategic lessons. 5.Analyze data (State Assessments, NWEA, DIBELS, AIMSweb and other assessments) and help in decision-making to determine intervention and extensions needed. Development of pacing guides, lesson plans for core instruction as well as differentiated instruction. 6.Provide support in the area of classroom management and organized/ planned instruction. Provide strategies for encouraging active engagement in the classroom. 7.Provide resources for teachers, instructional coach and administration. Work with the Principal, coach and teachers to establish a Professional Learning Community (PLC). 8.Provide professional development for Principal and instructional coach in research based leadership practices. 9.Provide demonstrations and administrative coaching for the principal and instructional coach in utilizing systematic and scripted classroom observations to increase instructional effectiveness. CONTRACTOR QUALIFICTIONS: 1.Masters Level Administrative Licensure in related field with 3 years of experience. 2.Knowledge of core programs, data-analysis, RTI, and common core standards, to include implementation. 3.Knowledge and Experience in providing professional development in the areas of reading and mathematics core curriculum and intervention curriculum. 4.Knowledge and Experience in K-6 Elementary Environment. 5.Knowledge and Experience in Multi-Grade Teaching Environment. 6.Knowledge and Skill in student engagement, classroom management, coaching, modeling. 7.Knowledge and Experience in data analysis, specifically NWEA, DIBELS, AIMSweb and NM Standards Bases Assessment. 8.Experience in working with Native American Indian students and culture. 9.Knowledge and Experience with research based instruction practices, 3-tire model instruction, curriculum mapping. EVALUATION REPORT OF PROGRAM EFFECTIVENSS: All reports shall contain all necessary information required to remain in compliance with BIE Assurances and all pertinent regulations mandated by federal and 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 Educations 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 confidentially shall be deemed substantial breach of this agreement and may be ground for rescission. INSTRUCTION TO OFFERORS Instruction, Conditions, and Notice to Offerors or Respondents. This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given in full text. If the offeror does not have a copy of this provision, a copy may be obtained at the following website, http://www.acqnet.gov/far. PROPOSAL PREPARATION INSTRUCTIONS 1. Proposals: Proposals shall include company TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number. Proposals shall be submitted in accordance with the proposal preparation instructions and the SOW. 2. Questions: Interested offerors shall submit questions electronically via email to Yvette.Washington@bia.gov no later than 2:00 PM Mountain Daylight Savings Time, on August 1, 2012. Offerors shall reference the Solicitation number in the subject line of their email. 3. Submission/receipt of Proposal: The proposal due date is August 3, 2012 at 2:00 PM Mountain Daylight Savings Time. The proposal shall be packaged for delivery to permit safe and timely arrival at the destination. The proposal package shall be sent or hand delivered to the following address: BIA - Albuquerque Acquisition Office, Attn: Yvette Washington, Contracting Officer, 1001 Indian School Road NW, Ste 347, Albuquerque, NM 87104-2303. 4. Proposal Acceptance Period: Notwithstanding FAR clause 52.212-1, the proposal acceptance period is 90 days after the date set for receipt of proposals. The Offeror shall make a clear statement in the proposal cover page that the proposal is valid until this period has ended. 5. Proposal Preparation Costs: The Government is not obligated to pay any costs incurred by an offeror for the preparation and submission of a proposal in response to this RFP. 6. Faxed proposals will NOT be accepted. Electronic proposals will be accepted via email. Submissions shall be sent to: Yvette.Washington@bia.gov. Email submissions shall be limited to attachments compatible with Microsoft Office Word 2007 and/or files with a.pfd file extension. Email submissions shall not exceed 3MB total in size. Proposals submitted by Federal Express or other express mail service shall be sent in a timely manner prior to the closing date to allow for timely delivery. The Offeror is solely responsible for ensuring its proposal arrives in a timely manner. An offeror who fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f) and may not be evaluated. 7. Contents of Proposals. The contractor shall submit a written proposal to include the following: The Proposal Cover Letter is limited to 1 page. Factor 1: Past Performance - Past Performance is limited to 5 pages. A list of references is limited to 3 pages. Factor 2: Knowledge and Experience - Knowledge and Experience narrative is limited to 3 pages. The following required documents will not be counted in the Knowledge and Experience page limitation: (a) Key Personnel Resume(s) are limited to 3 pages for each person; (b) Proposals are required to include a valid copy of the respective State issued License for each therapist who will perform service in accordance with the contract. Factor 3: Technical Capability - Technical Approach is limited to 5 pages. Price: Complete CLIN structure on the Standard Form 1449. 8. The proposal shall include a completed copy of the provision; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. EVALUATION OF PROPOSALS PART A. Evaluation of Proposals 1.The source selection will be conducted in accordance with FAR Sub-Part 15.3 with the intention to award a single fixed-price contract with option periods. 2.Evaluation Scoring: The Government will evaluate all offerors according to the following point system. 70 Points - Outstanding: The response is very comprehensive, in-depth, and clear. The Proposal consistently meets the solicitation requirements with no omissions. Consistently high quality performance can be expected. 50 Points - Excellent: Extensive, detailed response to all requirements, similar to outstanding in quality but with minor areas of unevenness or spottiness. High quality performance is likely but not assured due to minor omissions or areas where less than excellent performance might be expected. 30 Points - Satisfactory: The response generally meets requirements, but there is no expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without minor revision to the proposal. 10 Points - Poor: The response fails to meet one or more requirements. Deficiencies exist in significant areas, but can be corrected during negotiations without major revision to the proposal, or serious deficiencies exist in areas with minor impact. 0 Points - Unsatisfactory: Serious deficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document without specifying how or demonstrating the capability to do so. Only vague indications of the required capability are present. PART B. Evaluation Criteria FACTOR 1: PAST PERFORMANCE. The Past Performance narrative shall be in as much detail as the offeror considers necessary to fully explain the offeror's past performance. The offeror's past performance must be recent, having been performed in the last five (5) years. The offeror must describe how its past performance is on a scale similar in size to this requirement. The strength of the offeror's response will be based on the implementation of reading and math consulting services and benefits/achievement(s) of students who have received reading and math consulting services. Specifically, the offeror shall demonstrate their ability to positively improvement and/or achieve successful results with students who have received reading and math consulting services, without revealing the personal identity of students. Provide the following reference information: Contract number, duration of contract, award amount, phone number for Contracting Officer's Representative/points-of-contact. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. FACTOR 2: KNOWLEDGE AND EXPERIENCE The offeror shall demonstrate that current and proposed staff have the appropriate range of relevant academic achievements and applied experience. The offeror shall also demonstrate knowledge and experience by submitting resume(s) for key personnel. Key personnel are defined as those individuals the offeror views as essential to successfully performing its proposal technical approach and SOW. The technical proposal shall contain resumes of the proposed personnel and copies of valid State issued licenses for each key personnel who will be performing reading and math consulting services. FACTOR 3: TECHNICAL CAPABILITY Technical Approach. (1) The Technical Approach shall be in as much detail as the offeror considers necessary, to fully explain the technical approach. (2) The technical approach shall clear and concisely demonstrate the offeror has an understanding of the nature of work to be performed successfully as required by the Statement of Work (SOW), and an understanding of the Bureau of Indian Education's goals and objectives. The technical approach shall include, but is not be limited to the following: (a) Description of the processes the offeror routinely uses to provide reading and math consulting services, and (b) Description of the conditions and challenges which can affect achieving the Bureau of Indian Affair's goals and objectives. PRICE FACTOR: The Government will evaluate each offeror's price for fairness and reasonableness. The Government expects adequate price competition to establish fair and reasonable pricing. The price detail shall include sufficient descriptions to enable the Contracting Officer to determine the reasonableness of the price submitted. Unrealistically high (or low) pricing in the initial or revised proposal may be grounds for eliminating a proposal from competition - either on the basis that the offeror does not understand the requirement or has made an unrealistic proposal. The Government will review: (1) proposed prices to determine whether they are materially balanced; and (2) any unbalanced offer to assess the associated risks to the Government in awarding to such an offeror, and (3) whether an award will result in unreasonably high or low price for contract performance. An offer may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the Government. The Government will determine each offer's total evaluated price by summing the base year and all option periods in accordance with FAR 52.212-2 Evaluation-Commercial Items; as priced according to the following CLIN's (form 1449): CLIN 1: Base Period, August, 2012 to July 31, 2013 $_______________ CLIN 2: Option Period One, August 1, 2013 to July 31, 2014 $_______________ CLIN 3: Option Period Two, August 1, 2014 to July 31, 2015 $_______________ CLIN 4: Option Period Three, August 1, 2015 to July 31, 2016 $_______________ CLIN 5: Option Period Four, August 1, 2016 to July 31, 2017 $_______________ Total Price: $___________________ Price proposals shall include cost buildup details to identify: 1.The price per hour; or price per day; or price per service unit/student. 2.Direct cost elements, (e.g. labor, materials, travel, etc); 3.Indirect cost elements, (e.g. labor overhead, general and administrative expense, etc), and profit. 4.Inclusive of any Federal, State, and Local taxes, in accordance with FAR 52.212-4, and FAR 52.229-04. If applicable, offerors are responsible for complying with the FAR 52.222-41, Service Contract Act of 1965, and applying the appropriate Department of Labor prevailing wage rates for labor. The offeror has public access to locate the prevailing wage rates for all areas at the following website: http://www.dol.gov/. BASIS OF AWARD: The Government will make an award based upon best value. Evaluation factors other than cost or price, when combined are significantly more important than cost or price. The evaluation factors other than price are as follows in ascending order of importance: (a) Past Performance; (b) Knowledge and Experience; and (c) Technical Capability. Best overall value to the Government will be determined by comparing differences in technical merit with differences in price. In making this comparison, the Government is more concerned with obtaining superior quality. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. The Government reserves the right to make an award based on initial offers and without discussions. All requirements must be addressed in the proposal. Omissions of response may be considered non-responsive and may not be evaluated. If exchanges are necessary, the Government will conduct exchanges consistent with FAR 15.306, Exchanges with offerors after receipt of proposals. The Contractor shall have a favorable background/screening determination issued by the Bureau of Indian Education Security Office. An offeror must be registered in the Central Contractor Registration (CCR) in order to receive a contract or purchase order from the Federal Government pursuant to FAR 52.204-7, Central Contractor Registration (Apr 2008). 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. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02068/listing.html)
 
Place of Performance
Address: San Ildefonso Day School, San Ildefonso, New Mexico
Zip Code: 87506
 
Record
SN02819548-W 20120801/120730234943-f5c264449226f5966a6693c9aef69d01 (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.