SOLICITATION NOTICE
R -- R - READING CONSULTANT SERVICES FOR TOHAALI COMMUNITY SCHOOL
- Notice Date
- 6/14/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- A11PS00548
- Response Due
- 6/21/2011
- Archive Date
- 6/13/2012
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- 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
- N/A
- Description
- RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009 and is subject to reporting requirements of the Act. TAS No. 14/2101. Project No.D34N13. RECOVERY: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, The Bureau of Indian Education, NMNS -To'Haali' Community School, Newcomb, NM, is soliciting quotes for software upgrade. *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov will begin with the July 10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, and report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A11PS00548 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This procurement is being conducted under the Simplified Acquisition procedures pursuant to the authority of FAR subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b) FAR Part 12, Acquisition of Commercial Item (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. DESCRIPTION: Reading Consulting Services for BIE, NMNS To'Haali' Community School, Newcomb, NM To'Haali' Community SchoolStatement of Work Tohaali Community School is a Bureau of Indian Education (BIE) operated school under New Mexico Navajo Central Agency, McKinley County, Cuba, New Mexico. The school operates a day program serving approximately 181 students. Grades from K to 8th. The school is accredited by the Navajo North Central Accreditation (NCA) and the New Mexico State Department of Public Education (NMPED). 2. Scope: The consultant will provide technical assistance and related services designed to assist the school in improving the quality of instruction to increase student academic achievement by providing on-site mathematical consultation for the School Year 2011-2012. The Consultant will provide reading development work session that includes new reading research topic, reading development topics that relate to Native American learning styles, curriculum alignment in math content and skill sand strateies that have proven to be effective. On-site on-going support of the academic staff (coaches, teachers, paraprofessionals, principal, and head teacher) Kindergarten through eigth grade implementation of reading and language development instruction using Harcourt Storytown and Elements of Literature. On-site and in the classroom, support staff through demonstrating, modeling, differentiating, developing reading and language usage academic language using the Harcourt Storytown and Elements of Literature series. Provide individual classroom based support to teachers with becoming more effective in literacy instruction, lesson planning, pacing, using assessment data, and developing curriculum maps. Work with individuals teachers in implementing active studnet engagement strategies. Support Grade Level teams in developing lessons incorporating and aligning NWEA DesCartes reading and language usage skills to enhancee student achievement in state and local assessment. Support the reading coach with coaching strategies, effective modeling and demonstrating, providing on-site staff development in instructional implementation, data analyses, new development in coaching. 3.0 Government -Furnished Property: No equipment is required. 4.0 Security: Consultant must receive a security clearance through the Bureau of Indian Education - Security Office. 5.0 Place of Performance: Services will be performed on the campus of Tohaali Community School located in Newcomb, New Mexico, Hwy 491. 8.0 Period of Performance:July 1, 2011 to September 30, 2012 POINT OF CONTACT: Char Iyua, Business Manager, 505-789-3201/3205 FAR 52.212-02: Evaluation -Commerical Items:(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award:Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 EvaluationThe Government will be utilizing a best value trade off proceedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation FactorsFactor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance Factor I - Technical Capability quote for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path.c) Submit a resume along with a letter of commitment for all key personnel. Factor III - Past Performance for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Complete and submit Appendix II. APPENDIX II: Past Performance Questionnaire1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what did the you do to fix it?11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How did you perform considering technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. If you used subcontractors, What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Have you performed other past efforts with the any other agency? 16. What are your company's strong points or what the reference liked best? QUOTE LINE ITEMS: 1. Reading Consulting Services, 12 visits @ $_______ per day = $_______ (Serves to be provided: Data Analysis & Curriculum Development (MAP) Three (3) visitations, site implementation six (6) days, follow up visits three (3) days, materials). (Please provide a breakdown of total cost) Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; 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 52.233-03; FAR 52.233-4; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.232-30; FAR 52.232-33; FAR 52.232-36; FAR 52.222-36; FAR 52.223-18; FAR 52.211-18; FAR 52.217-08; FAR 52.217-09; FAR 52.217-02; FAR 52.204-06; FAR 52.216-01; FAR 52.203-15, Whistleblower Protection Under ARRA; FAR 52.204-11, ARRA - Reporting Requirements; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program; 1450-0016-001, Homeland Security Presidential Directive 12 (HSPD-12); 1452-204-70, Release of Claims; Background Investigations Requirement; Federal Travel Regulations. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, by close of business, 4:30 P.M., Local Time, June 21, 2011. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: mary.jim2@bia.gov. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8257, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00548/listing.html)
- Place of Performance
- Address: TOHAALI COMMUNITY SCHOOLNEWCOMB, NM
- Zip Code: 874559857
- Zip Code: 874559857
- Record
- SN02471994-W 20110616/110614234651-904722abb524e2e1c9cb0e076835cf72 (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 |