SOLICITATION NOTICE
U -- Special Education/504 Administrative Support Services for the Bureau of Indian Education (BIE), Tohaali Community School, Northern Navajo Region Schools
- Notice Date
- 9/18/2009
- Notice Type
- Presolicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RMK0E090098
- Response Due
- 9/30/2009
- Archive Date
- 9/18/2010
- Point of Contact
- Marita Roth Contracting Officer 5055633015 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation, RMK0E090098 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 611430 and the business size maximum is $5.0 Million. The proposed contract is a Native American small business set-aside. All small businesses shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the prime. All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. Please provide a breakdown of your costs. The breakdown shall include a daily rate and an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. The contract shall be awarded as a firm fixed price contract with a base and four one year option year periods. The Period of Performance (POP) shall be from October 01, 2009 to June 30, 2010. All work shall be performed in accordance with the Statement of Work. The contract shall be awarded as a firm fixed price contract for one school year.This office is requesting quotes on the following item: Provide all travel, supplies, materials and personnel to provide Special Education/504 Administrative Support Services for Bureau of Indian Education School, located on the Navajo Indian Reservation in Newcomb, New Mexico in accordance with the Statement of Work (SOW). The school is: Tohaali Community School, Newcomb, New Mexico. The QUANTITY is Six Hundred and Twenty Four (624), The UNIT is Hours. All work shall be performed in accordance with the Statement of Work. The SOW is as follows: 1.0 Background: Tohaali Community School presently does not have a Section 504 Policy & Procedure nor does it have an active 504 committee. The Response to Intervention (RTI) procedures used to support a special education referral requires improved documentation. Staff and parents at Tohaali Community School will benefit from training in the areas of special education and Section 504. The School would benefit from assistance with preparation of reporting requirements for the Bureau of Indian Education (BIE). The Tohaali Community School would benefit from assistance with all areas identified in the most recent Second Tier Monitoring as areas requiring improvement. The School is attempting to locate a person/company that can address these needs through a part time consulting contract for the 2009-2010 school year. 2.0 Scope: Through the provision of these services, Tohaali Community School expects to increase the school's level of compliance with special education laws and No Child Left Behind. The school seeks to ensure that the needs of all students with disabilities are addressed appropriately. 3.0 Objectives: The Contractor will provide services to: a.Increase the school's level of compliance with applicable laws and regulations. b.Provide appropriate services to all students with disabilities. c.Ensure that staff and parents are informed of issues related to special education, Section 504 and the Family and Educational Records and Privacy Act (FERPA). d.Provide accurate and reliable information to BIE in required reports. 4.0 Tasks: The Contractor will provide: a.Training for staff and parents in areas related to Special Education Section 504 or FERPA, as requested by the Tohaali Community School Principal. b. Develop Section 504 Policy and Procedure for consideration by the School Board. c. Assist the Tohaali Community School in implementing the 504 Policy after approval by the Board. d. Review special education files on a regular basis to ensure compliance with BIE requirements. e. Assist the Tohaali Community School in preparing reports required by BIE and/or the State. f. Assist the Tohaali Community School in developing and documenting a Response to Intervention (RTI) plan as a prerequisite to special education referral. g. Review/Assist with the Tohaali Community School's Special Education Policy and Procedures. 5.0 Delivery: Contractor will provide hard copies of all training materials and all generated reports to the school supervisor or designee. Trainings will occur on the school campus or at the location of the Tohaali Community School official's discretion. 6.0 Government Furnished Property: The Contractor will require electronic access to all Native American Student Information System (NASIS) files pertaining to students at the Tohaali Community School and any BIE files required to complete the tasks listed. 7.0 Security: If the Contractor is in contact with students, they may require a Personnel Security Background Check. 8.0 Place of Performance: Fifty percent of the work shall be performed on the Tohaali Community School campus and fifty percent of the work shall be performed at the Contractor's place of business. 9.0 Period of Performance: October 1, 2009 to June 30, 2010. No work will be performed during the Tohaali Community School holiday breaks (i.e., Thanksgiving, Christmas, Spring, etc.). RESPONSIBILITIES OF ALL SERVICE PROVIDERS: The service provider is to: 1. Report to a designated time and place for orientation to the organizational structure for service provision and the procedures delineated for providing the above specified services QUALIFICATIONS OF EXPERT PROVIDERS: 1. Bachelor 's Degree plus 30 graduate hours; 2. Two years experience in a school and Licensures The contractor shall have a favorable background determination issued by the BIE, Security Office. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The offeror shall have a favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA), Personnel Security and Suitability Program in accordance with the Background Investigations Clause. Please contact the Security Office at (505) 563-5287 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 52212-I 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 52.23 2-36 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 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-IS Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DL&R 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)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 Ia: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS OF EXPERT PROVIDER section of SOW lb. Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Statement 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 30, 2009; 12:00 noon, Mountain Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, P.O. Box 26567, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK0E090098/listing.html)
- Place of Performance
- Address: DOI / Bureau of Indian EducationHighway 491, Navajo Route 19Newcomb, New Mexico
- Zip Code: 87455
- Zip Code: 87455
- Record
- SN01961855-W 20090920/090919001734-b95878189a86cda68a6ec4761fdea602 (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 |