SOLICITATION NOTICE
R -- TECHNICAL ASSISTANCE AND PROFESSIONAL DEVELOPMENT FOR THE BUREAU OF INDIAN EDUCATION'S ADVISORY BOARD FOR EXCEPTIONAL CHILDREN
- Notice Date
- 3/2/2011
- 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
- CMM00110006
- Response Due
- 3/24/2011
- Archive Date
- 3/1/2012
- 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, CMM00110006, is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 611710 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 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 Contract Award to March 31, 2012. The option year POP shall be from April 1 to March 31 for each subsequent year. This office is requesting quotes on the following item: DESCRIPTIONThe Bureau of Indian Education (BIE), Division of Performance and Accountability (DPA) serves as the State Education Agency (SEA) for 183 schools and dormitories located in 23 states, on or near, 66 American Indian reservations. The Advisory Board for Exceptional Children was established by Public Law 108-446, Individuals with Disabilities Education Improvement Act, Part B, Section 611(h)(6), December 3, 2004, (Act)(IDEA) and in accordance with the provisions of the Federal Advisory Committee Act (FACA). As amended, 5 U.S.C. App. 2. To meet the requirements of section 612(a)(21), the Secretary of the Interior shall establish, under the BIA, an advisory board composed of individuals involved in or concerned with the education or provision of services to Indian infants, toddlers, children, and youth with disabilities, including Indians with disabilities, Indian parents or guardians of such children, teachers, service providers, State and local education officials, representatives of tribes and tribal organizations, representatives State Interagency Coordinating Councils under section 641 in the States having reservations, and other members representing the various divisions and entities of the BIA. Under subpart 37.203 of the Advisory and Assistance Services Policy, subject to 37.205 "agencies may contract for advisory and assistance services, when essential to the agency's mission.The BIE Advisory Board for Exceptional Children provides the Secretary of the Interior with advice through an annual report due the first of October each year. This report is written by the Advisory Board and facilitated by the contractor. The final copy of the report is prepared for submission to the Secretary of the Interior by the DFO (Designated Federal Official). SCOPE OF WORK (SOW)The contractor shall provide technical assistance and professional development for the BIE's Advisory Board for Exceptional Children. The BIE has the full authority to approve schedules, materials, and all activities taken to meet the objectives of the contract. All materials created in the implementation of the contract will be the property of the BIE. The contractor shall provide all technical assistance materials and evaluation tool(s) prior to implementation for final approval by the DFO. The contractor shall provide logistics for the Advisory Board meetings, as determined by the BIE Advisory Board. The contractor shall incur all meeting costs associated with each meeting (i.e., meeting rooms, AV costs). The contractor shall also prepare and incur all travel arrangements for all Advisory Board members who are not federal employees. PERIOD OF PERFORMANCE This is anticipated to be a 5-year contract, with a base period of 1 year and four option periods. 1. Base Year: April 1, 2011 to March 31, 20122. Year One: April 1, 2012 to March 31, 20133. Year Two: April 1, 2013 to March 31, 20144. Year Three: April 1, 2014 to March 31, 20155. Year Four: April 1, 2015 to March 31, 2016 DEFINITIONSa. Advisory Committee/Board: The Federal Advisory Committee Act (FACA) defines the term "advisory Committee" as "any committee, or subcommittee or other subgroup thereof which is established or utilized by the President or an agency in the interest of obtaining advice or recommendations for the President or one or more agencies or officers of the federal Government".b. BIE Advisory Committee/Board: The BIE Advisory Board for Exceptional Children consists of fifteen members; federal and non-federal employees. c. Purpose of FACA: FACA governs the establishment, operation, and termination of advisory committees within the executive branch of the Federal Government. The Act defines what constitutes a Federal advisory committee and provides general procedures for the executive branch to follow for the operation of these advisory committees. In addition, the Act is designed to assure that the Congress and the public are kept informed with respect to the number, purpose, membership, activities, and cost of advisory committees.d. Designated Federal Official (DFO): the DFO is the individual designated by the agency head, for each advisory committee for which each agency head is responsible, to implement the provisions of sections 10(e) and (f) of the Act and any advisory committee procedures of the agency under the control and supervision of the Committee Management Officer.e. Contracting Officer's Technical Representative (COTR): the Government representative designated by the Contracting Officer authorized to act within the limitations imposed under the terms of the contract and by the Contracting Officer (CO). The awarded contractor will receive a letter of appointment signed by the CO that appoints a COTR by name and phone number and which also identifies their responsibilities. This letter will be signed by the CO and the COTR.f. The Individuals with Disabilities Education Act of 2004(IDEA): Public Law 108-446. Law established "(A) to ensure that all children with disabilities have available to them a free appropriate public education that emphasizes special education and related services designed to meet their unique needs and prepare them for further education, employment and independent living 1400(d)(10(A)".g. The Federal Travel Regulation is the regulation contained in 41 Code of Federal Regulations (CFR), Chapters 300 through 304, that implements statutory requirements and Executive branch policies for travel by federal civilian employees and others authorized to travel at government expense.h. Office of Special Education Programs (OSEP): The Office of Special Education Programs (OSEP) is responsible for ensuring states' compliance with the Individuals with Disabilities Education Act (IDEA). IDEA guarantees the free appropriate public education (FAPE) of children with disabilities in the least restrictive environment (LRE). To assist states in meeting the needs of students with disabilities, OSEP has developed a continuous improvement monitoring process. CONTRACTOR FURNISHED PRODUCTS AND SERVICESa. The Contractor shall be responsible for providing the BIE Advisory Board with the BIE and FACA orientation to meet the purpose of IDEA and FACA.b. The Contractor shall develop and coordinate meetings for the BIE Advisory Board to meet FACA and IDEA requirements.c. The Contractor shall provide all supporting and background documents needed by the BIE Advisory Board members to successfully fulfill their role. d. The Contractor shall prepare and incur all travel arrangements for the BIE Board members who are non-federal employees. In accordance with the Americans with Disabilities Act (ADA) of 1990 and Federal Travel Regulations travel considerations will be made for all Advisory Board members with disabilities. e. The Contractor shall ensure the services and products are valid, reliable, and based on FACA and IDEA regulations.f. The Contractor shall assist in preparation of the Advisory Board's Annual Report to be submitted to the Secretary of the Interior. The contractor shall submit the Annual Report to the DFO for submission to the FACA database and distribution to the Secretary of the Interior and Congress. A draft of the Advisory Board Annual Report will be submitted by the fifteenth of September of each year. The final Annual Report is to be submitted to the DFO by the first of October of each year. g. The contractor shall provide all invoices to the COTR by the fifth business day of each month after work has been performed.h. The contractor shall provide all materials for meetings according to agenda: packets/binders, power point presentations. SPECIFIC CONTRACTURAL REQUIREMENTSa. The BIE Special Education Advisory Board for Exceptional Children is established in accordance with IDEA 2004 and meets 3-4 times per year, based on a schedule established by the Advisory Board (i.e. January, April, September and additional meeting as deemed necessary). The successful offeror for this contract will provide the following services to facilitate the BIE Advisory Board's responsibility as defined in IDEA 2004 and, as described, in Section C1.a Description. The contractor shall: a.1 Conduct the BIE Advisory Board orientation to provide an overview of BIE, FACA, and the purpose of the IDEA.a.2 Make travel arrangements for all non-federal board members to Advisory Board meetings, including: airfare, hotel, POV, and per diem in accordance with Federal Travel Regulations and American with Disabilities Act. Note: meetings may be held on weekends or holidays. Likewise, travel may occur on weekend or holidays. Travel considerations will include weather conditions. a.3 Provide all supporting materials needed to facilitate the BIE Advisory Board meetings. All materials are to be delivered to the meeting site. The supporting materials shall include: the Advisory Board charter and bylaws, FACA regulations, the board agenda, board minutes, the Advisory Board handbook, and related documents. a.4 Develop, compile and assemble the BIE Advisory Board's Draft Annual Report. The draft will be submitted to the COTR or DFO by September 10, annually. The draft report is to be prepared in APA format. a.5 Develop, compile and assemble the BIE Advisory Board's Annual Report. Thirty (30) bound copies of the Report shall be submitted to the COTR by September 30th, annually. The bound copies will be distributed to select members of Congress, the Secretary of the Interior, the Secretary of Education, the Assistant Secretary-Indian Affairs, the Director of the Bureau of Indian Education, and BIE Special Education staff. Reports are to be prepared in APA format, spiral-bound, with plastic or cardstock covers. a.6 Train the Advisory Board members on regulatory, legislative or other educational updates relevant to FACA regulations and IDEA.a.7 Provide technical assistance to the Board on regulatory, legislative or other educational updates relevant to Federal Advisory Committee Act (FACA) regulations and IDEA. a.8 Facilitate Advisory Board meetings and Work Group sessions. a.9 Facilitate Advisory Board conference calls, as requested by the DFO.a.10 Make arrangements for meeting space (setup, phone lines, audio visual, screen, etc.).SPECIFIC CONTRACTUAL REQUIREMENTS BREAKDOWN: 1. Cost of Services a. Technical Assistance 150 Hrs x $_________ = $___________b. Professional Services 150 Hrs x $_________ = $___________c. Presenters / Key Note Speakers 4 Presentations x $_________ = $___________ 2. Reproduction costsa. Printing (30 bound copies) 30 each x $_________ = $___________b. Supplies and Supporting material 1 each x $_________ = $___________ 3. Travel Costs and incidental expensesa. Travel estimated for four trips 4 Trips x $_________ = $___________ (non-federal board members) b. Travel estimated for four trips 4 Trips x $_________ = $___________ (Contractor) 4. Meeting Locationsa. Cost of Meeting Rooms 4 each x $_________ = $___________ 5. Other costs each x $_________ = $___________ TOTAL: $___________. Complete for each year. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide their quote 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 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 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 http://www.acqnet.gov/far. Provision 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 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-1 Buy American Act-Balance of Payments Program-Supplies, FAR 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.225-15 Sanctioned European Union Country end Products, 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, FAR 52.217-5 Evaluation of Options; FAR 52.217-8, Option to Extend Services (para one, 60 days); 52.217-9 Option to Extend the Term of the Contract Para (a) 60 days, para (c) three years); FAR 52.216-18 Ordering (para a, Date of Award through September 30, 2004 with two option years); FAR 52.216-19 Order Limitations (Para a, $100.00; Para b (1) $500,000.00; Para b(2) $500,000.00 Para 3, 30 days); FAR 52.216-22 Indefinite Quantity (Para d, September, 30, 2004 with two option years); FAR 52.216-27 Single or Multiply Awards; 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. This requirement may or may not be waived. FAR 52.212-2, Evaluation. The Evaluation Factors are in ascending order of importance. The Evaluation Factors are: 1. Technical Approach: a. Knowledgeable about the Federal Advisory Committee Act (FACA), the Individuals with Disabilities Act (IDEA), Office of Special Education Programs (OSEP), including requirements and amendments; b. Describe methodology in securing qualified resources with knowledge in areas of disabilities. Board may request speaker or other materials in area of disabilities or related topic; c. Demonstrate capability to provide training to Board members on developments or changes in law, regulation, or practice in Special Education; d. Demonstrate knowledge of the roles and responsibilities of Special Education Advisory Boards, whereby vendor can train Board members as needed; 2. Technical Experience: a. Demonstrate capability in areas of: (1) securing meeting space accessible for Board meetings; (2) making travel arrangements for non-federal board members; and (3) processing travel reimbursements in a timely manner for non-federal board members; b. Demonstrate organizational skills resulting in timely completion of various tasks and activities having deadlines; c. Demonstrate skills in word processing for preparing: (1) meeting agendas, (2) organizational tools or templates for use by the Board, and (3) assemble and edit the annual report for finalization; d. Demonstrate knowledge and experience in preparing professional quality documents and reports; 3. Management: a. Describe professional experience and background of personnel performing the requirements under this contract; b. Provide professional quality resume, limited to five (5) pages; c. Demonstrate membership in professional organizations; and 4. Past Performance: a. Describe experiences and similar contracts, including contract numbers, from 2005 to present and b. List references; including name, phone number, and email address. Please limit your solicitation to 50 pages. Award at each option year will be based on the funds available. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. Closing Date for Proposals is March 24, 2011, 10:00 a.m. mountain time. You may send your proposals to DOI/BIA, Albuquerque Acquisition Office, Attn: Marita Roth, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104. Currently, emailed quotes are not being accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/CMM00110006/listing.html)
- Place of Performance
- Address: DOI/BIE/DIVISION OF PERFORMANCE AND ACCOUNTABILITY (DPA), 1011 INDIAN SCHOOL ROAD, ALBUQUERQUE, NM
- Zip Code: 87104
- Zip Code: 87104
- Record
- SN02391009-W 20110304/110302234103-52b2c1f4c2e434224dadcccbf5c20ccc (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 |