SOLICITATION NOTICE
U -- WELLNESS PROGRAM PLANNING AND ACTIVITIES AT THE TAOS DAY SCHOOL
- Notice Date
- 10/11/2011
- 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
- A12PS00023
- Archive Date
- 10/10/2012
- 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, for Wellness program planning services is issued as a Request for Quote (RFQ). The North American Industry classification (NAICS) code is 611710 and the business size maximum is $5 million. This acquisition is being solicited under 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. Resultant contracts shall be awarded as a firm fixed price contract. The Base Period of Performance (POP) shall be from October 18, 2011 to September 30, 2012 with two option year periods. The Government plans to make a single contract award. This office is requesting quotes on the following item: Provide all travel, supplies, materials and personnel to provide wellness program planning services for the students and staff at the Bureau of Indian Education Taos Day School. The school is located in Taos, NM. BackgroundThis request for quotation is to provide wellness program planning and activities to the Taos Day School. The purpose is to create and support a Wellness Program that helps Taos Day School students prevent disease stemming from inactivity or unhealthy practices. Section 1: ScopeThe scope of this statement of work is to acquire professional services for guidance and assistance in the continued development and supervision of the Wellness Program.1.1 Description of Tasks1.1.1 Grant Writing- Write grants that can support the in school and out of school time programming, which by their nature will contribute directly to the Wellness Program;- Provide funds to support the infrastructure of the Out of School Time program, which will thus enhance the Wellness Program;- Provide training and/or equipment to the in school PE program.- Additionally, contractor is responsible for all reporting requirements according to the individual grant requirements.1.1.2 Continue to develop the recreation program - Work with Taos Day School (TDS) students to involve them in extracurricular activities;- Work with local sports leagues to ensure TDS students participate in local sports;- Develop new partners to increase the variety of extracurricular activities;- Increase number of participants in current extra curricular events.1.1.3 Develop and provide health and wellness activities- Create programs that increase awareness of health and wellness outside of the recreation programming framework, including but not limited to:-- Nutrition information-- Gardening Programs-- Healthy Snack and cooking classes1.1.4 Coordinate and meet quarterly with partners- At minimum, meet quarterly with partners involved with recreational programming at TDS,- Meet weekly with Out of School time director,- Develop new partnerships when beneficial to the Taos Day School community. Section 2: Places of PerformanceMost tasks shall be completed on site at the Taos Pueblo Day School campus. Many activities may occur off campus when working with outside partners for recreational and/or educational activities (e.g. Local sports leagues, off site recreational programs, etc.) Section 3: Period of Performance- Base Year: October 18, 2011 to September 30, 2012 - Option Year One: October 01, 2012 to September 30, 2013- Option Year Two: October 01, 2013 to September 30, 2014. Section 4: Project Artifacts/Deliverables4.1 Deliverable - Monthly Progress ReportsThese will be written reports to the TDS Principal outlining accomplishments, documenting issues, and identifying risks. 4.2 Deliverable - New ReportsThis deliverable includes all new grant awards, how the award benefits TDS Students or community, and implementation plans.4.3 Deliverable -PlanThis deliverable will include a general plan about how to address the issues or tasks listed in 1.1 above.4.4 Inspection and Acceptance CriteriaFinal inspection and acceptance of all contractor-specific deliverables will be performed at the place of delivery.4.5 General Acceptance CriteriaGeneral quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work. Accuracy-Work products shall be accurate in presentation, technical content, and adherence to accepted elements of style. Clarity-Work products shall be clear and concise. Any and all diagrams shall be easy to understand and be relevant to the supporting narrative. Consistency to Requirements-All work products must satisfy the requirements of this statement of work. Format-Work products shall be submitted in hard copy where applicable and in media mutually agreed upon prior to submission. Hard copy formats shall follow any specified directives or manuals. Timeliness-Work products shall be submitted on or before the due date specified in this statement of work or submitted in accordance with a later scheduled date determined by the government. Section 5: Administrative Considerations5.1 CorrespondenceTo promote timely and effective administration, correspondence shall be subject to the following procedures:Technical correspondence where technical issues relate to compliance with the requirements herein shall be addressed to the COR (Contracting Officer's Representative) with an information copy to the Principal. All other correspondence, including invoices, that which proposes or otherwise involves waivers, deviations, or modifications to the requirements, terms, or conditions of this SOW; shall be addressed to the COR. Please provide a courtesy copy of the invoice to the CO.5.2 Non-payment for Unauthorized WorkNo payments will be made for any unauthorized supplies or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed COR through the CO. Only a duly appointed COR is authorized to change the specifications, terms, and conditions under this effort. Section 6: Points of Contact6.1 Contracting Officer's Representative and Contracting OfficerThis information will be provided upon award. Section 7: Disclosure of InformationInformation made available to the contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. If public information is provided to the contractor for use in performance or administration of this effort, the contractor, except with the written permission of the Contracting Officer, may not use such information for any other purpose. If the contractor is uncertain about the availability or proposed use of information provided for the performance or administration, the contractor shall consult with the COR regarding use of that information for other purposes.The contractor agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each offeror or employee of the contractor to whom information may be made available or disclosed shall be notified in writing by the contractor that such information may be disclosed only for a purpose and to the extent authorized herein. Section 8: Information Non-disclosureAll contractor employees shall sign and submit a copy of the Non-Disclosure Agreement.The details of any security safeguards that the Contractor may design or develop under this contract are the property of the Government and shall not be published or disclosed in any manner without the Contracting Officer's written consent. Likewise, the details of any security safeguards that may be revealed to the Contractor by the Government in the course of performances under this contract shall not be published or disclosed in any manner without the Contracting Officer's written consent. Disclosure to anyone other than an authorized officer or employee of the contractor shall require written approval of the Contracting Officer.Any information with personal identifiers shall be accounted for upon receipt and properly stored before, during and after processing. In addition, all related output shall be given the same level of protection as required for source materials. The Contractor shall not allow employees to use files (script) for logging onto systems, which contain the employee's password(s). Contractor multi-user systems used to process data under this contract shall use a pre-logon warning message, or a similar banner approved by the agency Senior Information Systems Security Officer.Under no circumstance is the contractor permitted to make use of Government computer systems, information, equipment, software, supplies, or accounts for purposes other than the performance of this contract. Section 9: Contractor InterfacesThe Contractor may be required, as part of the performance of this effort, to work with other Contractors working for the Government. Such other Contractors shall not direct this Contractor in any manner. Also, this Contractor shall not direct the work of other Contractors in any manner. Section 10: Suitability DeterminationsThe contractor shall be responsible for meeting all employment suitability requirements available to perform the duties required under the contract. If it has been over one (1) year since the contract employee has worked in a position on a Federal contract for which an employment suitability determination was required, a new National Agency check and Inquiry (NACI) must be obtained. Contractor personnel who occupy positions required under this contract, are required to submit to suitability clearance procedures, and shall not commence work under the contract until the Personnel Security Office has cleared them in writing.10.1.1 Other Specific Security RequirementsContractor employees who will have access to BIA information or will develop custom applications are subject to background investigations. Non-disclosure Agreement-Contractor employees who will have access to BIA information or will develop custom applications must sign a non-disclosure agreement prior to gaining access. If agreements become necessary, the COR will provide a sample agreement, after which, the COR will develop the final agreements, with the assistance of the Solicitor. Copies will be maintained in the contract file. Training- Contractor employees must take BIA end-user computer security awareness training prior to being granted access to BIA data or being issued a user account. Training must be renewed annually. Property Rights-BIA will own the intellectual property rights to any software developed on its behalf to the maximum extent practical. Generally, FAR 52.227-14, Rights in Data-General, and its alternates will be used in the contract. INSTRUCTION TO OFFERORS All offerors shall submit a quote consisting of a separate (1) technical approach volume and (2) price volume. The volumes shall be as follows: Volume One: Technical Quote and Volume Two: Price Quote. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. Basis of Award: the Government will make an award based upon best value. Technical factors as a whole may be more important than price. The evaluation factors are as follows in descending order of importance. a. Qualifications and Experience of Proposed Personnel; b. Technical Approach, and c. Past Performance. Volume 1: Technical Quote. The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Offeror has an understanding of all requirements specified in the Statement of Work. The technical quote shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical quote so that the Offeror's understanding of the detail and complexity of the requirements may be evaluated. 1.a. Qualifications and Experience of Proposed Personnel. The contractor shall demonstrate that current and proposed staff has an appropriate range of relevant academic and applied experience as well as licensures. The technical quote shall contain resumes of the proposed personnel along with a copy of their applicable licenses. 1.b. Technical Approach. The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. 1.c. Past Performance: The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contracts with telephone numbers, and other relevant information. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. Offerors should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. Volume 2: Price Quote. The Offeror shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. All items are critical, as the Government will evaluate the Offeror's proposal for reasonableness and completeness/accuracy. An analysis will be completed on a "total price" basis consistent with a fixed price methodology, counting base and option periods as inclusive of the total fixed price. Questions Submission: Questions must be submitted electronically via email to marita.roth@bia.gov. Offerors shall also reference the Solicitation number in the subject line of their questions. Proposal Submission: Proposals must be submitted in two hard copies to BIA, Albuquerque Acquisition Office, Attn: Marita Roth, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104. Offeror shall reference the Solicitation number in the subject line of their proposal. The Proposal response date is October 17, 2011. Basis of Award: Award will be made the Offeror whose proposal contains the combination of evaluated factors offering the best overall value to the Government. This will be determined by comparing differences in technical merit with differences in price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full texts. 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 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; www.orca.gov, or contact the CO to receive a copy. FAR 52.252-02 Solicitation Provisions Incorporated by reference; Clauses Incorporated by Reference, 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12); 1452.204-70 Release of Claims - Department of the Interior, 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 52.212-01 Instructions to Offerors - Commercial Items; 52.212-02 Evaluation - Commercial Items; 52.212-03 Offeror Representations and Certifications - Commercial Items; 52.213-02 Invoices; 52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-08 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33 FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.23 2-36 Payment by Third Party; 52.239-01 Privacy or Security Safeguards. Provisions in full text: 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; 52.217-08 Option to extend Services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00023/listing.html)
- Place of Performance
- Address: Department of the Interior, Bureau of Indian Education, Taos Day School, 200 Rotten Tree Road, Taos, New Mexico.
- Zip Code: 875711850
- Zip Code: 875711850
- Record
- SN02605030-W 20111013/111011233901-4b80c1de8949f44f64a524695a6a04bf (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 |