SOLICITATION NOTICE
R -- Redesign the Performance Improvement and Accountability Plan for the Bureau of Indian Affairs Bureau of Indian Education (BIE)
- Notice Date
- 12/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Bureau of Indian Affairs, Albuquerque Acquisition Office, 1001 Indian School Road, N.W., Suite 347, Albuquerque, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RBK0E080002
- Response Due
- 1/9/2008
- Archive Date
- 2/9/2008
- Point of Contact
- Contracting Officer, Michael Perry, 505-563-3120, FAX 505-563-3030; Technical, Katherine Campbell, 505-563-5254
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (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, No. RBK0E080002, is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The North American Industry Classification Code is 611710 and the business size maximum is $6.5 million. This contract is a 100 per cent set-aside for Native American businesses under the authority of the Buy Indian Act (25 USC 47). To be eligible for award, the Indian company shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for labor, travel, and supplies is performed and incurred by the Indian-owned business (prime). All Indian-owned businesses shall comply with FAR clause 52.219-4, titled Limitations on Subcontracting. All Indian-owned businesses may submit a price quote which will be considered by the BIA. All Indian-owned businesses shall be required to complete a Buy Indian certification form which will be provided by the contracting officer to the business prior to award. All contractors conducting business with the federal government must be registered in the Central Contractor Registration (CCR) database. Potential contractors may register at www.ccr.gov. BACKGROUND: The Performance and Improvement and Accountability Plan (PIAP) is a corrective action plan that was developed in response to the U.S. Department of Education (DoED) review of the overall management of the Bureau of Indian Education (BIE). The PIAP was first implemented in school year 2005/2006. The base PIAP document and the implementation of the PIAP has been an evolving process. The document was modified for school year 2006/2007, and several of the original tasks and sub-tasks were taken out of the PIAP. The implementation of the PIAP has been subject to interpretation and was carried out primarily to reflect the percentages of tasks and sub-tasks that were documented as being completed at the education line office level. In July, 2007, the DoED generated a letter and requested a meeting with BIE representatives to discuss the PIAP and the processes that support the document. At that meeting, DoED set forth requirements that would guide the implementation and reporting processes for the PIAP in school year 2007/2008. The guidance for the 2007/2008 school year is as follows: Interior will continue to implement the PIAP for the summer term of 2007 and school year 2007-2008, and record on at least a quarterly basis (a) specific completion dates for all tasks, subtasks, and key milestones, and (b) updates to ensure the previously completed tasks and subtasks remain completed. If not now incorporated into this plan, Interior will specify as part of the PIAP the individual(s) who will have ownership of each task and subtask, the projected schedule for completion of each of these tasks and subtasks, and the key milestones or indicators it will use to indicate whether or not the task or subtask is on schedule. To ensure progress, Interior will provide the Department with quarterly progress reports, which will be due to the Department 30 days after the end of each quarter. Each quarterly report will contain (a) a description of activities and progress for each subtask during the reporting period, (b) the status of each subtask scheduled to be completed during the reporting period, (c) supporting documentation regarding completion of the subtasks, including explanation of delays for all subtasks and expected completion dates for all unimplemented actions, and d) other data or documentation as the Department may request in order to verify the completion of tasks and subtasks. The contract will commence upon receipt of a notice-to-proceed from the contracting officer shortly after award of the contract. Within three weeks after issuance of the notice-to-proceed, the contractor and BIE staff will develop a schedule and timeline for the accomplishment of objectives and tasks included in the Scope of Work. This contract shall be for the initial period of one year, with four options for one year renewals based on availability of funds. SCOPE OF WORK-OBJECTIVE I, To redesign the PIAP for the 2007/2008 school year to reintegrate the tasks, subtasks, and milestones that were deleted from the PIAP for school year 2006/2007. Task 1, The contractor will utilize the existing 2006/2007 PIAP and reintegrate the tasks, subtasks, and milestones that were deleted from the original PIAP document that was utilized in the 2005/2006 school year. Task 2, The contractor will develop a PIAP document format utilizing the existing PIAP document that will include: a, Objectives, Tasks, and Subtasks; b, Key Milestones; c, Final due dates; d, proposed performance metrics; e, national responsible parties; and f, comments or explanations of why objectives, tasks, and subtasks were not completed on schedule. Task 3, This data will be developed in an electronic reporting format that is modeled after the existing PIAP format and that will be utilized at the 1, school level, 2, education line office level, 3, Central office level, and 4, from other agencies and departments in the DOI that have PIAP reporting requirements. SCOPE OF WORK-OBJECTIVE II, To develop a filing system that will be utilized by BIE-funded schools and dormitories that will identify materials and activities that will be utilized to document the completion of tasks, subtasks, key milestones and objectives that they are required to report in the PIAP and to develop an electronic system to notify the user of timely submission and documentation of PIAP requirements. Task 1, The contractor shall develop a list of documents and activities that will be utilized by BIE-funded schools and dormitories to document the completion of tasks, subtasks, milestones, and key objectives that are required to provide as evidence of the completion of said requirements. Task 2, the contractor shall develop a system to archive all documents or documentation of activities that provide evidence of the completion of school and dormitory requirements under the PIAP. This system shall provide for a user-friendly process for schools and dormitories to produce evidence of completed PIAP requirements during verification site visits from the DoED, education line officer, PIAP specialist, or other departments in the Department of Interior charged with documenting PIAP requirements. Task 3, The contractor shall develop an electronic data collection system that will identify due dates for PIAP requirements at the school, dormitory, education line office and central office level and that will provide notification to the user of the due date and the required documentation or explanation for the failure to complete the PIAP document. SCOPE OF WORK-OBJECTIVE III, To research the relevant legislation to identify statutory support for PIAP requirements for schools and dormitories. Task 1, The contractor shall research the following legislation and regulations to establish statutory and or regulatory requirements for schools and dormitories to participate, report, and produce evidence of completing PIAP requirements. The research shall include but not be limited to: a, Public Law 107-110 ?No Child Left Behind?, b, Public Law 108-446 ?The Individuals with Disabilities Education Improvement Act?, c, Public Law 100-297, ?The Tribally Controlled Schools Act?, d, Public Law 95-561, e, Public Law 93-638, f, Code of Federal Regulations 25, g, Code of Federal Regulations 34, Education Department General Administrative Regulations (EDGAR). Task 2, The contractor shall provide BIE with documentation of the statutory and /or regulatory basis for all PIAP requirements. The contractor shall provide the specific citation and language from the law or regulation that supports BIE acquisition of PIAP requirements from BIE-funded schools and dormitories. SCOPE OF WORK-OBJECTIVE IV, To provide comprehensive professional development, technical assistance, guidance, monitoring, and assistance in the development of PIAP school, ELO, and national level reporting. Task 1, The contractor shall develop and implement in coordination with the BIE a schedule for training to facilitate the professional development for PIAP specialist at the ELO level and any other BIE staff that will provide support to the PIAP process including schools and dormitories. The required training can be carried out on a regional basis to include three regions of the BIE for the Associate Deputy Director East (Minneapolis, MN), Associate Deputy Director West (Albuquerque, NM), and the Associate Deputy Director Navajo (Gallup, NM) or training can be carried out at the Albuquerque, NM Service Center. Training shall include all BIE funded schools, dormitories, Education Line Offices, and other offices in BIE that need to be involved in professional development and training activities. Task 2, The contractor shall establish a Help Line that BIE-funded schools and Education Line Offices can contact to acquire assistance and guidance to support the PIAP process. Task 3, The contractor shall provide technical assistance to the PIAP specialist at the Albuquerque Service Center by providing: 1.Assistance with training and coordination of the PIAP Field Specialist, 2. reviewing PIAP reports prior to the report being submitted to DoED, 3. Assisting the BIE PIAP specialist in developing a schedule to insure the timely submission of data requirements to meet the due dates for PIAP submission to DoED. CONTRACTOR RESPONSIBILITIES: 1.Meet with the BIE program staff to develop components of the proposed project and to receive concurrence on all aspects of the proposed project; 2. Make appropriate travel and other logistical arrangements to facilitate the requirements of this contract. Said costs are to be included in the billing of the contract and not as a cost above and beyond payment that is due to the contractor under this contract; 3. Develop and provide sufficient copies of completed tasks, information, and electronic programs and systems for BIE staff; 4. Communicate regularly (at least weekly) with appropriate BIE program staff on the status of various components and deliverables to be provided by the contractor under this contract; 5. Commit adequate staff and resources to the project to ensure timely completion of deliverables that are established under the timelines to be developed in consultation with BIE; 6. To ensure that a high quality of product and services will be provided to BIE under this contract as compared to industry standards of the respective component that is being completed or delivered under this contract. EVALUATION OF OFFERS/CONTRACT AWARD: The Bureau of Indian Affairs will award a contract to the responsible Native American contractor whose offer conforming to this announcement will be most advantageous to the government, price and other factors considered. The following evaluation criteria will be used to evaluate technical offers: 1.) the contractor must display knowledge of federal statutes and regulations that pertain specifically to educational and behavioral requirements and for the BIE and BIE-funded schools and dormitories (20 points); 2.) the contractor must demonstrate by previous experience that staff are available that have education or experience that would equal a Masters Degree in Education and staff that have a minimum of a Bachelors Degree in Computer Technology or an associated discipline (20 points); 3. The contractor must demonstrate sufficient management and organizational skills through completing previous projects and initiatives that would support the complexities of the development of a comprehensive national educational management reporting system as proposed in the scope of work; 4.) The contractor must possess and demonstrate that its staff has previous experience in developing electronic data collection and management programs to address the magnitude and complexities of the project contained in this scope of work (10 points); 5.) The contractor must have previous experience in developing and implementing professional development, training, and providing technical assistance for a project of the scope and size of the project proposed in this scope of work (20 points); 6. The contractor must provide a Technical and Project Management approach that will address the complexities and diverse tasks that are necessary to successfully carry out the provision contained in this solicitation (20 points). Technical and past performance, when combined, are significantly more important than price. Price shall be considered when the offers are judged as offering technically equivalent capabilities or if a price is so high as to diminish the value of an otherwise superior quotation. Contractors are requested to provide separate technical and price quotations (two copies of each to the address shown below. Quotes will b submitted in writing and signed by an individual with the authority to bind their respective company. Please send your quotes to: Bureau of Indian Affairs, Albuquerque Acquisition Office, Pete V. Domenici Indian Affairs Office Building, 1001 Indian School Road, N.W., Suite 347, Albuquerque, NM 87104,Attention: Michael D. Perry, Contracting Officer. Quotations may be hand-delivered, faxed at (505) 563-3030, or delivered via overnight carrier (e.g.-Federal Express, UPS, etc.) to Mr. Perry?s attention at the above address, and will be accepted until 2 p.m., January 4, 2008. For quotations submitted by fax, one copy is sufficient. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov) and DUNS Number when submitting your quote. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The provisions at FAR 52.2, Instructions to Offerors ? Commercial Items; FAR 52.212-3, Offeror Representations and 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, it may be obtained through www.arnet.gov or by contacting the Contracting Officer to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; 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; FAR 52.219-4, Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.233-3, Protest After Award; FAR 52.225-16, Sanctioned European Union Country Services; FAR 52.232-6, 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 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-46, Evaluation of Compensation for Professional Employees; FAR 52.243-1, Changes-Fixed Price (Alt I); FAR 52.242-15, Stop Work Order; FAR 52.242-17, Government Delay of Work; Department of Interior Acquisition Regulation (DIAR) 1452.226-70, Indian Preference; DIAR 1452.226-71, Indian Preference Program; DIAR 1452.204-70, Release of Claims; FAR 52.217-8, Option to Extend Services (paragraph one; 15 days); FAR 52.217-9, Option to Extend the Term of the Contract (paragraph (a) 15 days in both blank spaces)(Paragraph (c) 48 months); FAR 52.217-3, Evaluation Exclusive of Options; and FAR 52.212-2, Evaluation, are all incorporated by reference herein.
- Record
- SN01471308-W 20071219/071217224039 (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 |