SOLICITATION NOTICE
U -- Adjunct Teachers for Haskell Indian Nations University (HINU) - THIS IS A NATIVE AMERICAN SET-ASIDE
- Notice Date
- 5/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - SPRO P.O. Box 368100 North Riverside Drive Anadarko OK 73005
- ZIP Code
- 73005
- Solicitation Number
- A12PS01027
- Response Due
- 5/25/2012
- Archive Date
- 5/10/2013
- Point of Contact
- Susan Sutton Acquisition Support Contractor 6155646752 susan.sutton@bia.gov;
- 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
- U - Provide Adjunct Instructors for Haskell Indian Nations University, Lawrence KS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is A12PS01027, which is issued as a Request for Quotation. Contractors must be registered in the Central Contractors Registration Database (CCR) to be eligible for contract award. This solicitation is set aside under the "Buy Indian Act" and is set aside for firms which are Indian-owned and also Small Businesses. Successful contractor and all subsequent employees must be able to pass a background check to be allowed access to the school grounds. Haskell Indian Nations University (Haskell) in Lawrence, Kansas is a nationally recognized post-secondary institution of higher education serving members of federally recognized American Indian and Alaska Native Nations. Haskell was founded in 1884 and authorized by Congress to provide education to American Indian and Alaska Native students in partial fulfillment of treaty and trust obligations. Haskell provides baccalaureate degrees in Business Administration, Elementary Teacher Education, Environmental Science and Indigenous and American Indian Studies, as well as associate of arts and associate of science degrees with multiple emphases. These programs are supported by a General Education program that provides the foundation courses for all of the degree programs at Haskell. All of Haskell's degree programs are fully accredited by the Higher Learning Commission of the North Central Association of Colleges and Schools. In addition, the School of Education and the degree program of Elementary Teacher Education is also fully accredited by the Kansas State Department of Education and is currently preparing for a self-study visit for additional accreditation by the National Council for the Accreditation of Teacher Education (NCATE). In fulfillment of this federal mission, Haskell seeks educational services from a regionally accredited institution of higher education or a staffing contractor for part-time and/or or adjunct instructors. This partnership will ensure high quality instruction delivered by credentialed faculty (based on required accreditation and professional standards). Haskell operates on a semester basis, with classes also being offered for summer school as funds are available. This Contract is intended to provide a cost effective means to deliver course offering in disciplines for which Haskell is currently understaffed. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58. This acquisition is a total small business set aside under NAICS code 611710 and a small business size standard of $7 million. This RFQ contains five (5) line items and offerors will be required to propose one price per credit hour for the basic period and four additional option years, regardless of what the classes the contractor is awarded. Interested offerors shall contact Susan.sutton@bia.gov to request a copy of the Statement of Work and the Attachment which lists all the possible courses requiring instructors. Requests for the Statement of Work must be received no later than 16 May 2012. Offeror's proposals shall include the following: 1. A technical approach to the job, including methods of recruiting qualified personnel2. A price per credit hour to fulfill the requirements of the Statement of Work for the period 1 June 2012 through 31 May 2013 and four additional one year option periods.3.Past performance information including a minimum of three recent similar contracts and a CURRENT name and phone number of a point of contact at that job location.4. Offeror's DUNS number and a completed copy of FAR 52.212-3, Representations and Certifications which can be accessed at www.acquisition.gov/far. FAILURE TO PROVIDE ANY OF THE ABOVE ITEMS MAY RESULT IN REJECTION OF A SUBMITTED OFFER. The provisions at 52.212-1, Instructions to Offerors-Commercial, and 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Evaluations factors will be Technical, Price and Past Performance. Technical and Past Performance factors when combined will be equally important as price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and clause 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition:52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010)52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)52.219-8, Utilization of Small Business Concerns (Jan 2011)52.219-14, Limitations on Subcontracting (Dec 1996)52.219-28, Post Award Small Business Program Representation (April 2009)52.222-3, Convict Labor (Jun 2003)52.222-19, Child Labor - Cooperation with authorities and Remedies (Jan 2006)52.222-21, Prohibition of Segregated Facilities (Feb 1999)52.222-26, Equal Opportunity (Mar 2007)52.222-35, Equal Opportunity for Veterans (Sep 2010)52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)52.222-37, Employment Reports on Veterans (Sep 2010)52.222-54, Employment Eligibility Verification (Jan 2009)52.223-18, Contractor Policy to Ban Text Messaging while Driving52.225-13, Restrictions on Certain Foreign Purchases (June 2008)52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) Questions are due no later than Friday, 18 May 2012. Offerors are due no later than close of business, Friday, 25 May 2012. One copy of the proposal should be mailed to the Bureau of Indian Affairs, Eastern Region, Attn: Susan Sutton, 545 Marriott Drive, Suite 700, Nashville TN 37214 and one copy shall be mailed to Janice Begay, 155 Indian Avenue, Box 5006, Lawrence, KS 66046. FAXED or e-mailed proposals WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01027/listing.html)
- Place of Performance
- Address: Lawrence KS
- Zip Code: 66046
- Zip Code: 66046
- Record
- SN02745041-W 20120512/120510235828-e2a1bc3cb8576da39e959283d74201cc (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 |