Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
SOLICITATION NOTICE

R -- Training, Technical Assistance and Evaluation of A Comprehensive Violence Prevention Program for the Bureau of Indian Affairs (BIA), Bureau of Indian Education (BIE), Division of Compliance, Monitoring, and Accountability (DCMA)

Notice Date
8/25/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK0E060093
 
Response Due
9/5/2006
 
Archive Date
9/6/2006
 
Small Business Set-Aside
N/A
 
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, RMK0E060093, 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 624310 and the business size maximum is $5.0 Million. The proposed contract is unrestricted. All responsible sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: 001: Provide all travel, supplies, materials and personnel to provide training, technical assistance and evaluation to develop a comprehensive program and curriculum that aligns with the No Child Left Behind Act Part A ? Safe and Drug Free Schools and Communities principles of effectives. All work shall be performed in accordance with the Scope of Work. Qunaity is One and Unit is Lump Sum. Please provide a breakdown of your costs. The contract shall be awarded as a firm fixed price contract with a base and four option year periods. Scope of Work. Introduction: The Bureau of Indian Education Office (BIE), Division of Compliance, Monitoring, and Accountability (DCMA), Safe and Drug Free Schools and communities Program is committed to providing high quality scientifically researched and evidenced-based training, curriculum and technical assistance concerning safe and violence-free activities. The mission of our program is to develop disciplined school programs that strengthen school-wide prevention programs for all 184 schools and dormitories. The Bureau of Indian Education has the responsibility to provide safe and secure learning environments for all students and staff. Scope of Work: To provide on-site training and technical support to develop, implement, and evaluate a comprehensive violence prevention program that aligns with the No Child Left Behind Act, Part A-Safe and Drug-Free Schools and Communities for 60 schools and dorms. The contractor will train coaches/facilitators at all Education Line Offices in order for program continuity. All contractor activities, materials, and curriculum will be based on scientific researched and evidenced based practices that align with the principals of effectiveness as described in the No Child Left Behind Act, Part A-Safe and Drug-Free Schools and Communities. Objectives: 1. To provide or develop a scientifically researched based and/or evidenced-based violence prevention and intervention curriculum for staff of the Bureau of Indian Education that meets the principles of effectiveness as outlined in the No Child Left Behind Act, Part A-Safe and Drug-Free Schools and Communities. 2. To provide staff development activities that directly impact classroom and campus behavior in schools and dormitories providing instruction and residence for the Bureau of Indian Education students. 3. To provide program development, management, and technical assistance for the Bureau of Education schools, dormitories, and line offices. 4. To provide on-going technical assistance and guidance for schools and dormitories trained by the contractor in violence prevention methods, techniques, and curriculum. 5. To provide training on the use of school or dormitory specific data to develop a successful prevention strategies and/or interventions. 6. Establish a pool of trained coaches and/or facilitators at the line office level to sustain program continuity within the agency. 7. To provide on-site training that will include materials, follow-up, program maintenance, and program evaluation. Timeline: 1. The activities will commence with the approval and signing of the contract. 2. Monthly reports due the last day of each month of the contract with a final overall report at the end of the contract. 3. The contract will be for one year with four option years. QUALFICATIONS OF THE EXPERT PROVIDER: 1. Experience in training. 2. Experience in the field of education. 3. Experience in the field of Native American Indian Education. 4. Experience working with educators serving Native American Indian youth. 5. Experience with scientific researched or evidence based curriculum and documented data demonstrating work with Native American Indian you. 6. Experience with the No Child Left Behind Act Principles of Effectiveness. 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 for the base and two option year periods with a breakdown of their cost to provide this service and provide a copy of their credentials, including but not limited the college diploma. The offeror shall have a favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program in accordance with the Background Investigations Clause. Please contact the Security Office at (505) 248-6939 to begin process. 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 FAR 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 FAR 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 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); 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; Background Investigations Clause; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.217-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 4.5 years); 52.217-3 Evaluation Exclusive of Options; and, 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. Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1c. 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. The due date for receipt of quotes is September 5, 2006; 9:00am Local Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, 1001 Indian School Road NW; Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3044.
 
Record
SN01126278-W 20060827/060825221847 (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.