SOLICITATION NOTICE
R -- FINANCIAL AID COORDINATOR - Attachment
- Notice Date
- 1/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
- ZIP Code
- 00000
- Solicitation Number
- A15PS00122
- Response Due
- 1/27/2015
- Archive Date
- 2/11/2015
- Point of Contact
- Wahkinney, Margie
- Small Business Set-Aside
- Total Small Business
- Description
- A15PS00122 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Bureau of Indian Affairs (BIA), Southern Plains Regional Office intends to award a firm-fixed price contract in response to this Request for Proposals (RFP) for the Financial Aid Coordinator Services for the Bureau of Indian Education, Haskell Indian Nations University in Lawrence, KS. The solicitation number for this procurement is A15PS00122 and is issued as a Request for Proposals (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 dated November 1, 2014. This solicitation is a Native American Owned Small Business set-aside. The associated North American Industry Classification System code is 541990 and the small business size standard is $15.0 Mil. PRICE SCHEDULE: the proposed pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Please complete the following pricing schedule utilizing your most competitive and reasonable rate: 1.Services (Base Year 02/02/15 - 12/31/2015) 11 months of services x $_________________ per month = $___________________ Option Year One (01/01/2016 - 12/31/2016) 12 months of services x $_________________ per month = $___________________ Option Year Two (01/01/2017 - 12/31/2017) 12 months of services x $_________________ per month = $___________________ PURPOSE: Haskell Indian Nations University is seeking a contractor to serve as the Financial Aid Coordinator beginning on February 2, 2015 through May 31, 2015 with two optional years. The position plans, administers, and maintains the Financial Aid Program of grants and scholarships for the university, currently serving over 900 students. The coordinator will provide assistance to the Office of Admissions and Records and to the Office of Financial Aid at Haskell Indian Nations University. The coordinator will provide daily operational oversight to the Vice President University Services. General functions include: * Provides individual and group counseling services to enrolled and perspective students. * Provides information services to eligible students relative to current scholarships and grant moneys. * Provides on-site counseling services to all students relative to receiving grants and/or scholarships through various agencies including the U.S. Office of Education, State of Kansas, U.S. Department of Labor, Veteran's Administration, and Tribal Education offices. OBJECTIVES: * Determines the amount of Federal cash draw down adequate to meet PELL AND SEOG Grant disbursements and the University Work Study payroll disbursements and notifies the University fiscal office of this need. * Certifies the accuracy of monthly reports on Department of Education expenditures of student financial aid completion, dropouts and compiles a monthly report on disbursements, commitments, and expenditures for administration and funding agencies. * Develops and updates all financial aid information packets and brochures. * Reviews applications and support documentation and makes initial determinations pertaining to eligible verses non-eligible status. * Handle all incoming and outgoing mail and distribute to appropriate staff. Responsible for recording incoming scholarship checks in a database system and submitting in a timely manner to the appropriate office for disbursement. * Send out financial aid probation and suspension letters to students as prepared by the coordinator. * Highly specialized knowledge of administering the procedures and policies involved in securing benefits under the various programs, Veteran's Administration, State Programs and other funding sources and the skill to effectively organize and utilize all available resources within the program framework. * Highly specialized knowledge of administering the Bureau's Employment Assistance Program as outlined in 82 BIAM and the skill in applying the best possible service to Native American students. Contractor must possess a Bachelor's degree and have knowledge in student needs analysis and Pell Grant applications. Contractor shall have experience in communicating with students, staff, tribes, Tribal Organization, and Department of Education regarding financial matters. Contractor shall be in enrolled in a Federally recognized tribe and own at least 51% of the company, have a valid driver's license, and pass an extensive Federal background investigation. Also, Contractor shall be actively registered in www.SAM.gov. Contractor must submit: * Cost proposal which includes hourly rate based on a 40 hour work week (8 hours per day/5 days per week) and include hourly rate for overtime (which may be necessary from time to time) * DUNS number * Academic credentialing * Resume * Three reference letters from previous/current employers and/or clients * Copy of Certificate of Degree of Indian Blood (CDIB) Assemble and maintain hard files and computer records of all new, continuing and transfer applications received; correspond with applicants and, when appropriate, other scholarship/grant programs regarding application status and documentation needed; refer completed application to Financial Aid Specialist for review and approval; notify students regarding funding decision, communicate with appropriate campus offices; enter application data in computer. Provides group guidance/orientation services in cooperation with other counseling personnel for new and re-entering students, veterans, students with dependents and students entering under the Tribal/BIA Higher Education Grants and Programs Determines the cost of attendance (student budget) for Pell Grant and campus-based methods; determines the amount of student aid through needs analysis; processes financial aid awards of grants and/or scholarships, and employment for students; and authorizes the disbursement of funds. * The goal of the contractor shall be to determine the cost of attendance (student budget) for Pell Grant and campus-based methods; determines the amount of student aid through needs analysis; processes financial aid awards of grants and/or scholarships, and employment for students; and authorizes the disbursement of funds. * Attends State and National meetings of financial aids organizations as means of keeping abreast of trends in financial aids. Based on knowledge of current developments in the field of financial aid, selects, develops and adopts those trends pertinent to the Financial aid programs and makes distribution to school personnel for use along with information involving funding available to students. * As Administrator of the University Financial Aid Program, is responsible for developing and maintaining file, records and an accounting system required by the funding agencies for periodic audits and program review by the Department of Education. * Determines the amount of Federal cash draw down adequate to meet PELL AND SEOG Grant disbursements and the University Work Study payroll disbursements and notifies the University fiscal office of this need. * Certifies the accuracy of monthly reports on Department of Education expenditures of student financial aid completion, dropouts and compiles as monthly report on disbursements, commitments, and expenditures for administration and funding agencies. * Develops and updates all financial aid information packets and brochures. * Reviews applications and support documentation and makes in initial determinations pertaining to eligible verses non-eligible status. * Sends out financial aid probation and suspension letters to students as prepared by the coordinator. * Highly specialized knowledge of administering the procedures and policies involved in securing benefits under the various programs, Veterans' Administration, State Programs and other funding sources and the skill to effectively organize and utilize all available resources within the program framework. * Highly specialized knowledge of administering the Bureau's Employment Assistance Programs outlined in 82 BIAM and the skill in applying the best possible service to Native American students. Contractor will be evaluated on fulfillment of outlined functions, successful demonstration of objectives, and timely completion of the aforementioned tasks. SECURITY: Contractor is expected to successfully pass the Federal background clearance for a position designation of "non-sensitive low risk." Contractor will have contact with children, as well as to Federal IT systems. TRAVEL: Contractor is expected to secure travel arrangements (i.e. mode of transportation, lodging, meals, etc.) in accordance to Federal Travel Regulations for any required training approximately 5 or 6 times yearly. SPECIAL MATERIAL REQUIREMENTS: Contractor is expected to obtain Federal Identification in accordance with university standards at a time determined by Human Resources. PLACE OF PERFORMANCE: The campus of Haskell Indian Nations University in Lawrence, Kansas will serve as the primary place of performance; office location is Navarre Hall - Financial Aid office. PERIOD OF PERFORMANCE: If the Contractor's Background Investigation is favorable, work shall begin on February 2, 2015 through December 31, 2015 with two (2) option years, Subject to FAR Clause 52.232-19, Availability of Funds for the Next Fiscal Year. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial -- 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: Technical Capability, Past Performance and Price. Technical and Past Performance, when combined, are more important than price. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.217-8, 52.217-9, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-16, 52.232-33, 52.233-4, 52.243-1 and 52.244-6. 1452.226-70 Indian Preference - Department of the Interior (APR 1984) 1452.226-71 Indian Preference Program - Department of the Interior (APR 1984) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: If travel is required within the billing cycle, the Contractor shall submit receipts for travel. Also, the Contractor must email the COTR and Contracting Officer a copy of the IPP invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. Award can only be made to contractors actively registered in SAM. Proposals are due 27 January 2015 at 12:00pm (CST). Proposals may be accepted by email at Margie.wahkinney@bia.gov or by fax to (405) 247-2242. For information concerning this solicitation, please contact Margie M. Wahkinney at 405-247-1575 or use the above email address. Offerors should check the FedBizOpps/FedConnect websites often for new solicitation amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00122/listing.html)
- Place of Performance
- Address: 155 Indian Avenue Lawrence KS 66046 USA
- Zip Code: 66046
- Zip Code: 66046
- Record
- SN03614812-W 20150115/150113234509-96f6063077bab230280d3b54b1060649 (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 |