SOLICITATION NOTICE
U -- SPECIAL EDUCATION FOR TRIBAL JUVENILE DETENTION CENTERS
- Notice Date
- 3/30/2005
- 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
- RMK0E050023
- Response Due
- 4/12/2005
- Archive Date
- 5/12/2005
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation number RMK0E050023 is applicable and is issued as a Request for Proposal (RFP) under test procedures of FAR 13.5. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. This requirement is 100 percent set-aside for Small Business with a NAICS Code of 611710 and the business size maximum is $12.0 million. The performance period for this requirement is a basic year and four-one year options. The description of the service is: The work consist of providing technical assistance, training, data collection and analysis, and capacity building for Tribal Juvenile Detention Centers (JDC) to assure that all children who qualify for special education services are receiving those services as required by Public Law (P.L.) 108-446, Individuals with Disabilities Education Improvement Act of 2004 (IDEA). OBJECTIVE 1:To develop a comprehensive needs assessment process that will result in the development of a formal database for Office of Indian Education Programs (OIEP), Center for School Improvement (CSI) and the JDC?s. The types of data collected will include: the number of children with disabilities who are eligible for special education services, educational, behavioral and social/emotional needs, service models, technical assistance and training needs and compliance findings and issues. TASK 1-1: The Contractor shall develop a comprehensive needs assessment process to address the number of children with disabilities eligible for special education services in JDC?s, the number of children currently being served, the types of special education needs and services being provided, information related to existing problem-solving and child study team processes, referral processes and service models. TASK 1-2: The Contractor shall develop a comprehensive needs assessment process to identify training and technical assistance needs of all Tribal JDC staff to ensure IEP services are provided for children with disabilities attending JDC?s. TASK 1-3: The Contractor shall conduct an on-site program review for each of the 24 Tribally Controlled JDC?s as part of the comprehensive needs assessment process. The on-site program review will consist of interviews, focus groups, review of existing reports and Individualized Educational Plan (IEP) services; a written report per each site visit will be developed and shared with OIEP/CSI and the respective JDC. TASK 1-4: The Contractor shall develop and include all data collected from the needs assessment process in a systemic database accessible by OIEP/CSI, JDC?s and other appropriate systems. OBJECTIVE 2: To develop a comprehensive policies and procedure document for JDC?s, OIEP/CSI, education line offices and BIA funded schools relating to the provision of quality and compliant special education services to students with disabilities who are transitioning into a JDC, residing at a JDC, and transitioning out of a JDC. Contents of the policy and procedure manual will be based on federal requirements of P.L. 108-446, IDEA 2004. TASK 2-1: The Contractor shall conduct a thorough review of all pertinent changes for juvenile detention centers and students with disabilities included in P.L. 108-446, IDEA 2004 and its subsequent regulations, and No Child Left Behind (NCLB). This review will be conducted prior to the development of the Policies and Procedures document. TASK 2-2: The Contractor will develop a Policies and Procedures Manual for addressing the educational needs of children with disabilities within Tribal JDC?s. Policies and procedures will cover free and appropriate public education (FAPE), least restrictive environment (LRE), referral, evaluation, eligibility and entitlement for special education, IEP requirements, procedural safeguards, etc. as per the public law of IDEA 2004. OBJECTIVE 3: To develop a set of training materials for Tribal JDC?s and Institutional Handicapped Programs (IHP?s) related to ?best practice? for addressing the needs of children with disabilities within the JDC and IHP settings. All training materials shall be based on scientific based research and data from the comprehensive needs assessment (see Objective 1, Task 1-3). TASK 3-1: The Contractor shall review and extrapolate all relevant data from the needs assessment process prior to the development of all training materials. TASK 3-2: The Contractor shall conduct a thorough review of all changes included in P.L. 108-446, IDEA 2004, and P.L. 107-110, NCLB prior to the development of all training materials. TASK 3-3: The Contractor shall develop a training manual and supporting materials based on data from the needs assessment outlined in Objective 1. Probable topics will include P.L. 108-446, IDEA, P.L. 107-110, NCLB, transition and aftercare, positive behavioral supports, prevention strategies, roles and responsibilities, and researched based best practices and interventions. OBJECTIVE 4: To provide training and technical assistance to the JDC?s, appropriate education line offices, BIA funded schools, and Institutional Handicapped Programs (IHP?s). Training and technical assistance will include Policies and Procedures Manual (see Objective 2) and training materials developed (see Objective 3). TASK 4-1: The Contractor shall coordinate and plan all training and technical assistance activities with OIEP/CSI. TASK 4-2: The Contractor shall provide a minimum of four regional trainings to Tribal JDC staff, IHP staff and others as determined by OIEP/CSI on the Policy and Procedure Manual and the ?best practice? training manual and materials. TASK 4-3: The Contractor shall provide a total of 40 days for on-site technical assistance at the 24 tribal Juvenile Detention Centers and IHP staff as appropriate. Scheduling the technical assistance visits will be coordinated by OIEP/CSI. TASK 4-4: The Contractor shall develop an evaluation instrument, conduct an evaluation and provide a written report/summary of all technical assistance and training provided. TASK 4-5: The Contractor shall provide a total of 20 days of technical assistance and consultation to OIEP/CSI staff related to data analysis, progress updates, coordination of activities, and compliance issues related to the purpose of this scope of work. Scheduling the technical assistance and consultation will be at the discretion of OIEP/CSI. Any award resulting from this request for proposals will be made to a responsive, responsible offeror. Proposals will be evaluated on a best value basis. Evaluation factors include past performance and price, with both being equal. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes along with a DUNS Number. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Required Central Contractor Registration and FAR clauses 52.219-6, Notice of Total Small Business Set-Aside and, 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 are applicable. The complete text of the Federal Acquisition Regulation (FAR) are available at the following internet site: http://farsite.hill.af.mil. Proposals are due on April 12, 2005 at 3:00 local time. Proposals may be faxed to the Contracting Division, Attn: Brendell Gallegos at (505) 248-6941, along with the completed representations and certifications and three references with contact names, addresses and telephone numbers, indicating contractor?s most recent past performance performing the same type of service. Pricing will include all charges/fees to perform this requirement. Proposals will be submitted in writing and signed by an individual with the authority to bind their respective company. You may mail your quote to BIA/OIEP/School Operations, Division of Contracting and Grants, 500 Gold Avenue SW, 6th Floor, Albuquerque, NM 87102.
- Place of Performance
- Address: BIA/OIEP, CENTER FOR SCHOOL IMPROVEMENT, 500 GOLD AVENUE SW, ROOM 7222, ALBUQUERQUE, NM
- Zip Code: 87102
- Country: U.S.A.
- Zip Code: 87102
- Record
- SN00778785-W 20050401/050330212319 (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 |