Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2004 FBO #1096
SOLICITATION NOTICE

U -- Success 101 Pilot Initiatives Program for the Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP), Central Office East (COE)

Notice Date
11/24/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
BIA/OIEP/SCHOOL OPERATIONS; BRANCH OF CONTRACTS & GRANTS; P.O. BOX 829; ALBUQUERQUE, NM 87103
 
ZIP Code
87103
 
Solicitation Number
RBK0E050001
 
Response Due
12/9/2004
 
Archive Date
12/10/2004
 
Description
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, RBK0E050001, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. The North American Industry classification (NAICS) code is 61171 and the business size maximum is $5.0 Million. The proposed contract is set aside for Indian-owned businesses under the authority of the Buy Indian Act (25 U.S.C. 47). All responsible Indian-owned business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 0001: Provide all travel, supplies, materials, and personnel to develop an implementation plan for a pilot school (s) project to have a Leadership Academy and to develop a Success 101 Curriculum in for the BIA, OIEP, COE, in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Lump Sum. Please provide a breakdown of your costs. The Government intends to award a firm fixed price contract. The period of performance shall begin on the date of contract award and end 120 days from date of contract award. The SCOPE OF WORK (SOW) is as follows: SCOPE OF WORK. Background. During calendar Year 2004, The Office of Indian Education Programs began work on a number of new initiatives to improve the delivery of education to BIA schools. These initiatives included developing proposals in several areas: developing a leadership academy pilot program, improving the environmental policy implementation at schools, and developing a Success 101 curriculum for use by schools as needed. A preliminary draft of each of these initiatives has been developed and will require further refinement and ongoing coordination prior to implementation. 1.Scope. In this effort, the contractor will facilitate meetings with Indian Affairs and Indian Tribes in support of the continued development of the new initiatives. The objective will be to finalize implementation plans for the three new initiatives. 2. Places of Performance. It is anticipated that performance of this effort will occur in the Washington, DC metropolitan area, the BIA Regional Offices, and at other locations which may facilitate meetings with the Tribes and field Education Agencies. This will require periodic travel of approximately 5-10 days per month. Tasks/Deliverables: Initiative I: Develop an implementation plan for a pilot school(s) project to have a Leadership Academy. Task 1: Conduct consultations in Indian Country on acceptance of the concept and solicit comments and concerns for use in designing the program. Completed (GFP). Task 2: Develop a draft concept paper on the development of pilot schools. Completed (GFP) Task 3: Refine implementation plan Key Deliverables: Establish a record series of files of models and considerations. Subtask ? Organize collected materials on other models of Leadership academies and non-standard schools. Subtask ? Collect data on other school models and features of these schools for consideration in developing a final implementation plan. Subtask ? Meet with Tribal Leaders and Education specialists to design a final model for implementation in a specific school or schools. Subtask ? Identify costs associated with beginning the implementation plan, and future costs to maintain the program. This includes identifying possible alternatives to the model that can be implemented or not adopted to implement the program within the budgetary resources available. Task 4: Identify, coordinate, and work with potential partnership organizations that may be willing to sponsor aspects of this initiative (i.e. donate IT materials, provide counseling services, provide staff training, etc.) Key Deliverables: Partnership Memorandums of Agreement (MOA) or Understand (MOU) with cooperating organizations and agencies. Subtask ? Identify materials and services that would be useful for implementation of the pilot program. Subtask ? Identify organizations that may have materials/services that would be useful in the implementation of the final implementation plan. Subtask ? Meet with organizations and other Education professionals to help establish MOA and MOUs. Task 5: Consult with Tribal leaders to identify local schools interested in sponsoring the pilot Leadership Academy or Academies. Key Deliverable: Meeting minutes and final plans incorporating local school and school board interests. Subtask ? Identify types of schools and communities that would be willing and able to implement the pilot program(s). Subtask ? Identify the needs or requirements of the local community leaders (school board) regarding how they would like the school to operate, and incorporate these features to the maximum extent possible in developing the final plans for implementation. Task 6: Prepare the school for implementing the pilot program. Key Deliverable: Planning for school procedures, communication and staff training. Subtask ? Work with local educators, school board and school staff of the pilot school(s) to develop of work plan and procedures for school operations. Subtask ? Identify staff training requirements essential to implementing the school model. Coordinate the delivery of such training. Initiative 2: Success 101 Curriculum. Task 1: Conduct consultations in Indian Country on acceptance of the concept and solicit comments and concerns for use in designing the program of instruction Complete (GFP)Task 2:. Develop a draft model of courses or subjects that would provide students with knowledge and skills required to be successful economically in modern society. Task 3: Develop a final set of courses teaching students life skills for success that can be adopted by teachers and schools. These courses should be electives or a combination of electives and mandatory courses. Subtask ? Identify existing curriculums that have been employed in Indian schools in BIA-operated or Tribal Operated schools. Subtask ? Identify existing successful curriculums that have been employed in other public and private schools to teach students import life skills focused on achieving economic success. Subtask ? Identify required materials and sources for those materials that would facilitate instruction in a variety of life skills. Subtask ?Provide recommendations on what courses should be electives and which should be mandatory. REPORTING REQUIREMENTS. In fulfillment of this effort, the Contractor shall also complete the following deliverables: The contractor shall document the efforts performed in the completion of each task in a detailed Status Reports due (TBD). The status report shall include, as a minimum: Tasks performed (Overview of Key Activities). Name(s) of contract staff who performed task(s). Hours spent to perform task(s). Potential Issues, Question and Mitigation Plans. 5) Next Milestone/Deliverable All deliverables shall be submitted to the COTR identified after contract award. 4.1 Inspection and Acceptance Criteria. Final inspection and acceptance of all work performed, reports and other deliverables will be performed at the place of delivery by the COTR. 4.2. General Acceptance Criteria. General quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work. Accuracy Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style. Clarity Work Products shall be clear and concise. Any/All diagrams shall be easy to understand and be relevant to the supporting narrative. Consistency to Requirements All work products must satisfy the requirements of this statement of work.. Format - Work Products shall be submitted in hard copy (where applicable) and in media mutually agreed upon prior to submission. Timeliness Work Products shall be submitted on or before the due date specified in this statement of work or submitted in accordance with a later scheduled date determined by the Government. Administrative Considerations. Correspondence. To promote timely and effective administration, correspondence shall be subject to the following procedures: Technical correspondence (where technical issues relating to compliance with the requirements herein) shall be addressed to the Contracting Officer?s Technical Representative (COTR) with an information copy to the Contracting Officer (CO). All other correspondence, including invoices, (that which proposes or otherwise involves waivers, deviations or modifications to the requirements, terms or conditions of this SOW) shall be addressed to the Contracting Officer with an information copy to the COTR. Non-Payment for Unauthorized Work. No payments will be made for any unauthorized supplies, services, or any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed Contracting Officer. Only a duly appointed Contracting Officer is authorized to change the specifications, terms, and conditions under this effort. Disclosure Of Information. Information made available to the contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. If public information is provided to the contractor for use in performance or administration of this effort, the contractor, except with the written permission of the Contracting Officer, may not use such information for any other purpose. If the contractor is uncertain about the availability or proposed use of information provided for the performance or administration, the contractor will consult with the COTR regarding use of that information for other purposes. The contractor agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each offeror or employee of the contractor to whom information may be made available or disclosed shall be notified in writing by the contractor that such information may be disclosed only for a purpose and to the extent authorized herein. Limited Use Of Data. Performance of this effort may require the Contractor to access and use data and information proprietary to a Government agency or Government Contractor, which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. Contractor and/or Contractor personnel shall not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorized Government personnel or upon written approval of the CO. The Contractor shall not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the Contractor without such limitations or prohibit an agreement at not cost to the Government between the Contractor and the data owner, which provides for greater rights to the Contractor. Invoicing. The Contractor shall bill no more than once monthly. Invoices must include, as a minimum, the following information for each individual: Name. Time Period Covered. Productive Direct Labor Hours for the current billing period and cumulative to date. Labor Category(s). Hourly Rate. Any Travel or Other Direct Costs (ODCs) incurred (including supporting documentation/receipts for all charges) for the current billing period and cumulative to date. Contractor Interfaces. The Contractor and/or his subcontractors may be required as part of the performance of this effort to work with other Contractors working for the Government. Such other Contractors shall not direct this Contractor and/or their subcontractors in any manner. Also, this Contractor and/or their subcontractors shall not direct the work of other Contractors in any manner. The Government shall establish an initial contact between the Contractor and other Contractors and shall participate in an initial meeting at which the conventions for the scheduling and conduct of future meetings/contacts will be established. Any COTRs of other efforts shall be included in any establishment of conventions. Suitability Determinations. The contractor shall be responsible for managing its workforce to ensure that sufficient contract employees who meet all employment suitability requirements are available to perform the duties required under the contract. If it has been over one (1) year since a contract employee has worked in a position on a Federal contract for which an employment suitability determination was required, a new National Agency check and Inquiry (NACI) must be obtained. Contractor personnel who occupy positions required under this contract, are required to submit to suitability clearance procedures, and shall not commence work under the contract until the COTR and/or Government Contract Officer have cleared them in writing. The information collected during this effort is considered unclassified, sensitive; therefore, Level 6C ? High Risk Public Trust, is the sensitivity level. Background Investigations are required for Level 6C positions. Information Non-Disclosure. All contractor employees shall sign and submit a copy of the Non-Disclosure Agreement. The details of any security safeguards that the contractor may design or develop under this contract are the property of the Government and shall not be published or disclosed in any manner without the Contracting Officer?s written consent. Likewise, the details of any security safeguards that may be revealed to the Contractor by the Government in the course of performances under this contract shall not be published or disclosed in any manner without the Contracting Officer?s written consent. Any information made available in any format shall be used only for the purpose of carrying out the provisions of this contract. Information contained in such materials shall not be divulged or made known in any manner to any person except as may be necessary in the performance of this contract. Disclosure to anyone other than an authorized officer or employee of the contractor shall require written approval of the Contracting Officer. Any information with personal identifiers shall be accounted for upon receipt and properly stored before, during and after processing. In addition, all related output shall be given the same level of protection as required for source materials. The Contractor shall not allow employees to use files (script) for logging onto systems, which contain the employee?s password(s). Contractor multi-user systems used to process data under this contract shall use a pre-logon warning message (see attachment A), or a similar banner approved by the agency Senior Information Systems Security Officer. Under no circumstance is the contractor permitted to make use of Government computer systems, information, equipment, software, supplies, or accounts for purposes other than the performance of this contract. Liability. The Contractor shall be held liable for any and all damages resulting from any inappropriate disclosure of information/data by its employees or via any system used by the Contractor. Should the Contractor become aware of the need for additional safeguards, the Contractor must immediately notify the COTR. Data Encryption. Unless otherwise identified by the Government, information, computer systems, LANs, and other telecommunications systems are to be categorized as high criticality/high sensitive systems. If the Contractor becomes aware of a requirement for additional safeguards or the need for a new safeguard to maintain an appropriate level of security, the Contractor must notify the Contracting Officer Technical Representative (COTR) immediately. Such security vulnerability shall be resolved by mutual agreement between the Contractor and the COTR. Assurances. The Contractor shall provide assurances that it meets the safeguards outlined in Indian Affairs security documents. The Contractor may be required to provide a written security plan prior to contract performance that addresses the safeguards required by task orders. The Contractor shall agree to establish and follow any additional security precautions considered by Indian Affairs to be necessary to ensure proper and confidential handling of data and information. A written agreement between Indian Affairs and the Contractor shall be reached before data and information otherwise exempt from public disclosure may be disclosed to the Contractor. The Contractor shall include these security requirements in any subcontract awarded under the prime contract. [References: Federal Personnel Manual, Section 731, ?Personnel Suitability?] REQUIRED QUALIFICATIONS OF THE EXPERT PROVIDER: The expert provider shall have experience working as a consultant and/or work with non-profit organizations. The expert provider shall have experience as teacher, administrator (Principal, Vice Principal, or Superintendent), and/or education specialist. Preferably experience at all levels of education from Elementary thru Post-secondary. The expert provider shall have a Post-Secondary degree, preferably a PhD. The expert provider shall have experience working with issues related to leadership and leadership training or counseling. Preferably experience working with Indians both as adults and as young people on leadership development. The expert provider shall have experience working on the issue of substance abuse by Indians and preventative programs. The expert provider shall identify the number of years and level of experience working with Indian Tribes in Tribal government or consultation with Tribal authorities or Indian organizations. Closing Date of Quote is December 9, 2004, 9:00am local time (Albuquerque, NM). Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide the lump sum cost with a breakdown of their cost to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. 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 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 or contact the CO to receive a copy. Provision 52.252-1 Solicitation Provisions Incorporated by reference. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-1 Buy American Act-Balance of Payments Program-Supplies, FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.225-15 Sanctioned European Union Country end Products, FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims. FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS OF EXPERT PROVIDER section of SOW 1b. Past Experience: List contracts that are of comparable size, complexity and similar. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. You may mail your quote to BIA, OIEP, Branch of Contracting and Grants, 500 Gold Avenue SW, 6th Floor, Albuquerque, NM 87103, or you can fax your quotes to (505) 248-6941.
 
Record
SN00713191-W 20041126/041124212144 (fbodaily.com)
 
Source
FedBizOpps.gov 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.