Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

U -- EDUCATIONAL CONSULTING SERVICES

Notice Date
6/25/2020 12:03:29 PM
 
Notice Type
Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
 
ZIP Code
87104
 
Solicitation Number
140A2320Q0262
 
Response Due
6/29/2020 12:00:00 AM
 
Archive Date
07/14/2020
 
Point of Contact
Johnson, Mary Jane
 
E-Mail Address
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
AMENDMENT 0001 SOLICITATION 140A2320Q0262 The Purpose of this amendment is to change the set aside, and extend the cut off date and time. THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 14.80.201. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE, Tuba City Boarding School, PO Box 187, 306 Main Street, Tuba City, AZ 86045. This is a combined synopsis/solicitation for commercial item 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. 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 2005-101. This acquisition is set aside 100% Indian Small Business Economic Enterprise (ISBEE). In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is __611710_________. DESCRIPTION: Contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision and incidentals necessary to provide Education Consulting Service in accordance to the below Statement of Work (SOW). Background Investigation Clearance: All Consultants shall comply with background investigation as required prior to commencement of any work to be performed. 25 U.S.C. 3201 (P.L. 101-630); Contact with or control over Indian Children are subject to a background investigation and determination of suitability for employment. LN Product No. Description Educational Consulting Service 1 Educational Consulting Service, July 1, 2020 � June 30, 2021 2 Educational Consulting Service, July 1, 2021 � June 30, 2022 3 Educational Consulting Service, July 1, 2022 � June 30, 2023 4 Educational Consulting Service, July 1, 2023 � June 30, 2024 5 Educational Consulting Service, July 1, 2024 � June 30, 2025 Monthly Sub-Total $ _____________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ STATEMENT OF WORK Professional Learning Community 2.0 Consulting Services Tuba City Boarding School Professional Learning Community 2.0 (PLC 2.0) is a process that is designed to help educators create a vision of the learning that they want in their classrooms for their students and to then use tools and protocols to make that vision observable for all learners. PLC 2.0 helps teachers, school administrators and district leaders answer six guiding questions in their context. Statement of Work Consultant will: 1. Provide a process to guide teachers to develop a clear vision of a student learner at Tuba City Boarding School; 2. Work with the TCBS education staff to map out learning plans that create immersive learning experiences that model the types of learning and assessments that we want in each of our classes; 3. Provide guidance on the results of student learning and on teacher learning so that we can begin the process of changing practices in the classrooms, and in the academic departments to improve student achievement; 4. Train the education staff on the PLC 2.0 Observable Impact Model to answer the following questions: a. What's Our Co-Created Vision? b. What's Our Evidence-Based Reality? c. What's Our Learning? d. What's Our Action? e. What's Our Observable Impact? 5. Provide monthly reports to the administration team regarding progress; 6. Collaborate with the department academic consultants at TCBS to create a streamlined system of PLC development that involves all components; 7. Develop a long term plan for Tuba City Boarding School regarding the steps to achievement on the PLC 2.0 Observable Impact Model. Background Investigation Clearance: All Consultants shall comply with background investigation as required prior to commencement of any work to be performed. 25 U.S.C. 3201 (P.L. 101-630); Contact with or control over Indian Children are subject to a background investigation and determination of suitability for employment. PLC 2.0 Service Summary Contractor shall sign in and out at front office for attendance and cross referencing. Invoice shall contain the following information: 1. Purchase order number; 2. Date of service; 3. Schedule for the day of service(s). NOTE: Location of service site: Tuba City Boarding School and/or virtually depending on the status of the Covid-19 Pandemic. END OF STATEMENT OF WORK (SOW) Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation � Commercial Items(Oct 2014), FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights (June 2020); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52-222-41 Service Contract Labor Standards; FAR 52.222-42- Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-10, Waste Reduction Program (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984). Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment 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 [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. 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. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to Gertrude Bryant by email at Gertrude.bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contractors submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5bbacb0c741a4ff5b59bb78e4562c026/view)
 
Place of Performance
Address: PO Box 187, 306 Main Street, Tuba City, AZ 86045
Zip Code: 86045
 
Record
SN05702757-F 20200627/200625230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.