Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2011 FBO #3360
SOLICITATION NOTICE

R -- Mediation Services for Bureau of Indian Education students at the Seba Dalkai Boarding School

Notice Date
2/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RABQ2110017
 
Response Due
2/15/2011
 
Archive Date
2/3/2012
 
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, RABQ2110017 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 561611 and the business size maximum is $5.0 Million. The proposed contract is a 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 an hourly and 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. All work shall be performed in accordance with the Statement of Work (SOW).This office is requesting quotes on the following item: To provide all travel, supplies, materials and personnel to provide Mediation Services for two Bureau of Indian Education students at the Seba Dalkai Boarding School, located in Winslow, AZ. The contractor shall be paid the full rate for direct mediation services provided to the Bureau of Indian Education students. The SOW is as follows: A. BACKGROUNDThe Bureau of Indian Education(BIE), Division of Performance and Accountability provides general supervision for the 174 schools/academic programs serving 41,000 (Native American Student Information System 2010) students located in 23 states, on or near, 63 American Indian reservations. The Individuals with Disabilities Education Act (IDEA) of 2004 requires the BIE to have an effective dispute resolution process. These requirements are found in 34 C.F.R. Part 34. Per the statutory timeline requirement and not having a contract for a dispute resolution process, an immediate and urgent need had developed. This Scope of Work seeks the professional services of a mediator to mediate the two cases. Required by statue, the mediation has to be held at a location that is convenient for the parties involved, and can be held at or near the school.B. OBJECTIVESTo contract with a vendor who will mediate in a timely manner the two. Upon completion of the mediation session(s), the vendor will write a mediation resolution agreement and send to the BIE Division of Performance and Accountability. If an agreement is not reached, the vendor will certify to the parties and the BIE in writing that the mediation has been unsuccessful. C. REQUIRED EXPERTISEThe following are minimum requirements for a Mediator:A Mediator may not be an employee of the BIE or a BIE funded school and may not have a personal or professional interest that conflicts with his or her objectivity in the process.A Mediator must also possess knowledge of the provisions of the IDEA and the federal regulations pertaining to the law and legal interpretations of it by federal and state courts; possess the knowledge and ability to conduct mediations in accordance with appropriate standard legal practice; and possess knowledge and ability to render mediation resolution agreements consistent with appropriate, standard legal practice {?300.511(c)}.The Mediator shall be able to travel to Seba Dalkai Boarding School located at Winslow, Arizona to conduct the mediation session(s). CONTRACTOR TASKSThe Contractor will be responsible for the following:1.Conduct the mediation that is filed against Seba Dalkai Boarding School within the timelines and requirements of IDEA.a. Once the contract is awarded the Mediator will set the date, time and location for the session(s) and determine who will participate in the session(s).b The Mediator will answer any questions about the process and may request additional information from both parties.2.Write mediation resolution agreement that is accurate and meets the requirements of IDEA. 1.2.1 When the parties reach an agreement, the Mediator assists in explaining solutions to the problem.a. The parties determine the terms of the agreement, and the Mediator puts the agreement in writing.b The mediation agreement is signed by both parties and the Mediator; and each party receives a copy.3. Certify in writing if mediation is unsuccessful.a The Mediator will certify to the parties and the BIA, in writing, that the mediation has been unsuccessful.b Maintain confidentiality 2.0 DELIVERABLES2.1 Upon contract award, Contractor shall also sign and abide by a non-disclosure agreement. Contractor will incur all costs associated with any violation of the non-disclosure agreement by Contractor staff, and will promptly report violations to the Contract Officer.2.2 Within three (3) days of contract award, Contractor will attend a kick-off meeting via teleconference with the COTR and other key government personnel.3.0 CONTRACTOR KEY PERSONNEL3.1 At the time the Contractor's technical proposal is submitted, the Contractor (Mediator) shall provide a resume inclusive of any training within the last year to demonstrate the following: a) knowledge of the provisions of the IDEA and the federal regulations pertaining to the law and legal interpretations of it by federal and state courts; and possess the knowledge and ability to conduct mediations in accordance with appropriate standard legal practice; and b) possess knowledge and ability to render mediation resolution agreements consistent with appropriate, standard legal practice. The BIE has the right to reject the resume for apparent lack of qualifying experience. 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. 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.. 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 52.23 2-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, 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; FAR 52.217-9. Option to Extend the Term of the contract; 52.217-3 Evaluation Exclusive of Options; and, FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. The Evaluation Factors are: (1) Technical Capability. A. Technical Excellence: Describe ability to meet the requirement in the Section 1.0 of the SOW. B. Technical Approach: Describe your technical approach to accomplish the tasks delineated in the SOW. C. Past Experience: List three (3) mediations that would show your approach to fulfilling the requirements of conducting mediations aligned with IDEA. The mediations must be within the last three years. (2) Past Performance: Provide references for the mediations listed in "Past Experience"; include contacts with telephone numbers, and other relevant contact information. This information shall be evaluated according to the following: a) record of conforming to IDEA requirements; b) Record of forecasting and controlling costs; c) Adherence to conducting mediation session within the timelines per IDEA; d) History of reasonable and cooperative behavior and commitment to customer satisfaction. (3) Price. 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 FEBUARY 15, 2010; 2:00 pm Mountain Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, Attn: Marita Roth 1001 Indian School Road, Rm 347, 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/RABQ2110017/listing.html)
 
Place of Performance
Address: DOI / BIE / Seba Dalkai Boarding School, HC 63, Box H, Winslow, AZ
Zip Code: 860479423
 
Record
SN02372036-W 20110205/110203234025-3a1c75eb3db002ac6b7882fa0295cf1e (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.