Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

R -- R - PROFESSIONAL READING CONSULTANT FOR WINGATE ELEMENTARY SCHOOL

Notice Date
9/21/2011
 
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
A11PS01743
 
Response Due
9/22/2011
 
Archive Date
9/20/2012
 
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
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. A11PS01743 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This procurement is being conducted under 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 2005-53. STATEMENT OF WORK: Wingate Elementary SchoolStatement of WorkReading Consultant 1.0BACKGROUND: Wingate Elementary School is a Bureau of Indian Education funded academic and residential program. Wingate Elementary School is located in Fort Wingate, New Mexico. This school year, Wingate Elementary School has an enrollment of 552 students from K to 8th grades, with a total number of 178 employees; with 46 certified teachers and 43 education technicians who actually work in the classroom environment. Historically, our average student enrollment was approximately 600 plus, but at the start of this school year, we have declined in number of students. Wingate Elementary School is accredited by the Navajo Nation Advance-Ed Accreditation Association (formerly North Central Accreditation Association) and the New Mexico State Department of Public Education (NMPED). Wingate Elementary School completed their 2010-2011 school year being in their 3rd year of Restructuring Status. Based on the New Mexico Standards Based Assessment (SBA) results, we have a strong probable determination of starting our 4th year in the Restructuring Status. Our status is being determined based on the NM SBA results in the past years, the performance level of our students in reading and math have been significantly below the Average Measurable Objective (AMO) percentage goal. All students and each subgroup are expected to make Adequate Yearly Progress (AYP) each school year. The analysis of our test scores in the past years have shown that our students have continuously scored significantly below the New Mexico State AMO goal percentage expectation for Math. The students tested in Grades 3-8 showed a decline in Reading from 30.32% of 2009-2010 to 20.86% in 2010-2011 school year for the level of Proficient and Advanced percentage. Our Math percentage for Proficient and Advanced level increased slightly from 2009-2010 of 9.74% to 10.56% this past school year of 2010-2011. Both subject areas of Reading and Math results indicates that the achievement gap is significantly below expectation to make AYP, therefore, a major change in programs and instruction strategies must be implemented to provide for a strong effective academic program for ensuring progress and success for our students. Wingate Elementary School needs technical assistance from outside expertise to assist with making changes and facilitating professional development for our school wide initiatives to address student achievement. Wingate Elementary School has already started making academic program and organization changes focusing on strengthening the means for student achievement. This school year will involve continuation of the changes initiated and will be inclusive of additional changes needed to ensure a positive direction for a higher success rate for student progress. The Consultant must have extensive knowledge of and experience with Wingate Elementary School, staff, and academic structure. The technical assistance to be provided is a continuation of the work that was initiated mid year of 2009 - 2010 and school year 2010 - 2011. 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. Technical Assistance will include target assistance to school leadership team, Reading Coach with the Reading Leadership Team, and academic staff in the implementation of the Restructuring Plan and other school initiatives that promote literacy, build staff capacity, and establish collaborative support structures to promote positive conditions for student learning. The Consultant will provide specific technical assistance to assist the school to implement their Restructuring Plan. These specific services include monitoring, tracking, and documenting improvements through data and implementation of Scientific Research-Based Proven Practices that build a strong functional instructional reading program that builds student readers with reading intervention decisions that provide student reading success. The Consultant is required to be highly skilled, experienced, and successful as an educational consultant. Consultant is knowledgeable with expansive expertise and training to assist our school and instructional staff. Consultant must have provided technical assistance to several Bureau and/or Grant Schools. It is required that the consultant worked with Southwestern Native American Students; especially Navajo children. The Consultant has a good understanding of our culture and academic needs of all our children at Wingate Elementary School. 2.0 SCOPE: Wingate Elementary will receive technical assistance services as follows: Monitoring the implementations of BIE READS Program, ensuring that all areas of best practices in reading are implemented, staff development, laying the groundwork for effective intervention to promote effective student literacy across all content areas. 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. Technical assistance will include target assistance to the school Leadership Team, academic staff, and support and residential staff in the implementation of our school's Restructuring Plan, as well as, the School Improvement Plan, build staff capacity and establish support structures to enhance instructional practice. Wingate Elementary School is in the need of a Reading Consultant to provide professional development to the teachers, technicians, dormitory staff, coaches, and administrators. Assist with setting up specific services for monitoring implementation of plans, tracking and documenting improvement efforts, and providing guidance and technical assistance in the school improvement process. 3.0OBJECTIVEConsultant will develop a specific technical assistance plan in coordination and collaboration with school staff. The plan will target the implementation of the school's restructuring efforts and will impact all aspects of the school's operation. 4.0 TASKS: The consultant will provide additional assistance with Data Analysis for Wingate Elementary School and students' results from the NWEA and New Mexico Standards Based Assessment from the Spring and Fall tests. The consultant will assist in developing Wingate Elementary School's curriculum and pacing guide to be aligned for the rest of the school year based on the test results. The consultant shall provide assistance in facilitating collaborative grade level meetings for data analysis and to promote a professional learning community. Provide technical assistance in the collection, analysis and reporting of student assessment data, conduct Data Retreats, provide training for staff on the data analysis process, use of data to guide program and professional development designs and use of data to guide instruction at the classroom level. Consultant will model and guide direct reading instruction using best practices and reading strategies that will impact the students learning environment to meet AYP. Consultant will guide and train teachers, educational technicians, and leadership team to use reading data to develop effective intervention groups using best practices. The consultant will work with the school leadership team on a monthly basis to refine the school improvement plan and initiatives; meeting on a monthly basis with each grade level team for planning out or pacing their curriculum instruction expectations. Consultant will provide training on co/ lesson planning and co/ teaching techniques for all academic stakeholders. Consultant will provide parents with best practice of how to help their child read and will also facilitate a Family Reading Night at least twice during the school year. Consultant will guide and provide training on developing effective classroom management. Consultant will work with school leadership team on school-wide BIE READS initiatives. The consultant will work with the school leadership team on a monthly basis to refine the school improvement plan and initiatives; meeting on a monthly basis with each grade level team for planning out or pacing their curriculum instruction expectations. Consultant will provide training to support staff, residential staff and technicians on effective use of all adopted reading materials and support initiatives. Consultant will work with individual teachers by co-planning, modeling and provide feedback to enhance teaching styles and strategies. Consultant will guide and provide training for the reading coaches to promote best reading strategies within the classrooms and how to support the teachers. The consultant shall be instrumental in laying out the groundwork for the classrooms to organize for the school year. Consultant must strongly recommend the continued service provided by the consulting firm to advance into the more specific and detailed work with the reading program for our K-8 program. The consultant background knowledge of our school and the present programs must be clearly known by the consultant and would only expedite the process of getting to task working with our teachers and students. 5.0DELIVERY: What the contractor must deliver?Consultant will:"Develop a school wide Technical Assistance Plan"Coordinate monthly meetings with the school principal and school leadership team which include the reading and math coaches to monitor service delivery, development and submission of monthly summary reports"Facilitate meetings with school and stakeholders to facilitate improvements efforts."Plan and debrief meetings with school leadership team and school board"Conduct classroom observations and debrief sessions with individual staff and/or leadership staff"Conduct research, design and develop forms, write and edit narratives, develop procedures descriptions, improvement plans and other documents necessary to document the school's improvement efforts"Facilitate strategic planning meetings and other work sessions "Plan and produce Reading curriculum for grades K-8 aligned vertically and horizontally based on assessment needs. 6.0GOVERNMENT: Furnished Property: Use of the copier and computer for reports. 7.0SECURITY: Consultant has received security clearance through the Bureau of Indian Education Security Office. 8.0 PLACE OF PERFORMANCE:Contract effort will be performed on the campus of Wingate Elementary School located in the New Mexico Navajo South Agency, McKinley County, Ft. Wingate, New Mexico PERIOD OF PERFORMANCE: BASE YEAR: September 26, 2011 to June 30, 2012OPTION YEAR 1: August 01, 2012 to June 30, 2013OPTION YEAR 2: August 01, 2013 to June 30, 2014OPTION YEAR 3: August 01, 2014 to June 30, 2015OPTION YEAR 4: August 01, 2015 to June 30, 2016 Provide a quote for each year. FAR 52.212-02: Evaluation -Commercial 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 procedures 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, will work with student, 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, will work with student, 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, will work with student, 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? 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 based on best value trade-off evaluation of offers, 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 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.232-29; 52.232-30; 52.232-33; 52.232-36; 52.239-1; 52.232-18; 52.232-19; 52.217-06; 52.217-07; 52.217-08; 52.217-09; 52.204-06; 52.216-01; 52.203-15; 52.204-09; 52.212-04; 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, September 22, 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. Due to the urgency of the requirement, the response time has been shortened. 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/A11PS01743/listing.html)
 
Place of Performance
Address: FT. WINGATE, NM
Zip Code: 87316
 
Record
SN02586197-W 20110923/110921235911-ee5b2807bc44700f05459697d41ba8d9 (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.