SOLICITATION NOTICE
U -- Professional Reading Development Support to Instructional Staff at Kaibeto Boarding School
- Notice Date
- 7/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Central Office Acquisitions - Reston 12220 Sunrise Valley Drive Reston VA 20191
- ZIP Code
- 20191
- Solicitation Number
- D33N0712135
- Response Due
- 7/24/2012
- Archive Date
- 7/17/2013
- Point of Contact
- Cari Fraser Contracting Officer 7033906348 cathleen.fraser@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
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 and FAR 13, 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. Quoters are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation, D33N0712135, is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This acquisition is a total small business set-aside. NAICS: 611710; Size Standard in Millions $7.0. The Contractor shall provide all travel, supplies, materials, and personnel to provide Professional Reading Development support to instructional staff at Kaibeto Boarding School in Kaibeto, Arizona 86053 for School Year 2012-2013 from July 2012 through May 2013 in accordance with the Statement of Work. Statement of Work: Background: The Bureau of Indian Education (BIE), Navajo Nation, serves as a branch of the state education agency (SEA) for several elementary and secondary schools and dormitories serving the Navajo Reservation students located in the states of Arizona, New Mexico, and Utah. The Statement of Work calls for a Contractor to assist Kaibeto Boarding School in implementing the special education and related services as authorized under P.L. 108-446 Individualized with Disabilities Education Improvement Act (IDEIA). The purpose of IDEIA program is to improve academic achievement of students with disabilities and introduce strict accountability measures to hold schools, districts, and states responsible for the academic results of students with disabilities. Approximately 50 schools will be funded Part B Funds through a formula based process to provide special education and related services for eligible children with disabilities. Kaibeto Boarding School is a restructuring school. As such, the school is focused on improving student achievement in reading. An external literacy specialist, with a researched based proven program in increasing student reading skills and achievement, is needed to guide the improvement process. Period of performance: July 2012 through May 2013. There should be a total of 13 days of on-site visits to Kaibeto Boarding School. These monthly visits may be adjusted to accommodate 13 days over the course of the year. Identified Staff: There are 4 Education Technicians and 2 administrators that need to be trained. Scope of Work: The Contractor shall provide professional development and specific modeling of strategies to assist Kaibeto Boarding School instructional staff in the effective implementation of the K-6 reading core and intervention programs. Objectives: The Contractor shall meet the following objectives: "Support leadership in required components in Reading curriculum; "Support through instructional observations and data analysis; "Increase teaching staff skills in implementation of scientifically based literacy instruction through professional development in core reading program, differentiated instruction strategies, and effective classroom delivery; and "Support school leadership in managing and processes required to increase Reading performance. Tasks: The Contractor shall: "Provide a total of 5 professional development days of on-site visits, 6 days of coaching and consulting one to one, and 2 days of leadership prior to the start of school (school starts August 6, 2012). Please note this schedule is a suggested schedule. The Contractor may propose its own schedule as long as the total days of service equals 13 for the school year. "These visits shall involve classroom observations and debriefings with school leadership, coaching the staff in research-based best practices for instruction aimed at annual and catch-up growth in reading skills. "Assist with administering baseline assessments. "These visits shall focus on facilitating data analysis, instructional co-planning, scheduling, and instruction appropriate to support effective implementation of the ELA Common Core State Standards. "Detailed reports, including explicit follow-up tasks, shall be provided after each visit (13 reports total). "Professional development for all staff and for targeted staff needs shall be provided to support the effective implementation of action planning for all assessments at Kaibeto Boarding School including the North West Evaluation Association (NWEA). "Maintain current knowledge of school policies and procedures as well as state and federal rules and regulations related to school based mental health services. "Have requested reports, etc. ready for use in meetings as needed. "Schedule time usages effectively, complete tasks in a timely manner, and demonstrate flexibility. "Return all materials related to the student to the specific office as appropriate. "Review student records as a source of information in developing treatment plans. "Participate in school resource teaming and multidisciplinary conferences as needed or requested. "Consult with teacher and make recommendations of student intervention strategies. Government-Furnished Property: The Contractor will be provided the following Government-furnished property: meeting rooms and equipment; student Reading achievement data for core and intervention programs; summative Reading evaluation data, and textbook materials. School duplicating machines and paper may be used to meet reading teaching staff needs identified during the course of the classroom observations and discussions with the principal and assistant principal. Security: The Contractor shall sign-in as a school visitor and obtain a visitor pass each day. The Contractor shall maintain security and confidentiality of student and school test score data. Place of Performance: The on-site visits shall occur at Kaibeto Boarding School. The written reports may be completed off-site. Instructions to Quoters: All Quoters shall submit a quote consisting of a separate technical and 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. The Government may award this purchase order based upon initial quotes received without discussions; therefore, the Quoter is advised to submit their best approach. a. Basis of Award The Government will make an award based upon best-value. Technical factors as a whole are more important than price. The evaluation factors are as follows in descending order of importance: 1. Qualifications and Experience of Proposed Personnel 2. Technical Approach 3. Past Performance b. Volume 1: Technical Quote The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Quoter 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. b.1 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. The technical quote shall contain resumes of the proposed personnel along with a copy of any applicable licenses. Onsite Reading Consultant must have a minimum of a Bachelor Degree in Education or closely related field (ie. Reading Specialist) and have evidence of successful experience working with Native American students. b.2 Technical Approach The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. b.3 Past Performance The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contacts 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. Quoters should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. c. Volume 2: Price Quote The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. The price quote shall include unit and total costs for the for the following: 0001: Professional Services Days Total Cost ($___/hr) x __ hrs/day = $_____/day) 13 days/visits = $_________ 0002: Travel (Not-to-Exceed)Days (_____ miles x $.55/mile)13 days = $_________ 0003: Airfare/Lodging (if needed) = $_________ 0003: Material (if needed) = $ ________ TOTAL: CLIN 0001-0004 = $_________ The Contractor shall provide a complete explanation for each item detailing the rationale used in developing the cost. In addition, the Quoter shall submit supporting documentation that will facilitate the determination of whether the amounts proposed are fair and reasonable, e.g., vendor quotes for commercial-off-the-shelf products or services. These items are critical, as the Government will evaluate the Quoter's quote for reasonableness and completeness/accuracy. An analysis will be done on a "total price" basis consistent with a fixed price methodology. d.Quote Submission: Quotes must be submitted electronically via e-mail to Cathleen.Fraser@bia.gov in Word or compatible read-only format. Quoters shall also reference the RFQ number in the subject line of their quote. The RFQ Due date (closing date) for quote submission is on or before 2:00 pm Eastern Time, Tuesday, July 24, 2012. e. Basis for Award: Award will be made the Quoter whose quote 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. SPECIAL PURCHASE ORDER REQUIREMENTS Travel: The Contractor 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. The Contractor shall be reimbursed for actual allowable, allocable, and reasonable travel costs incurred during performance of this effort in accordance with the Federal Travel Regulations in effect on date of travel.The Contractor shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. Confidentiality: All materials furnished or produced by the contractor under this agreement, including, but not limited to, documents, reports, and correspondence will remain confidential. The contractor shall not release information to any persons, group of persons, or organization other than the Bureau of Indian Education and the school listed in this statement of work, which information related to work performed, research, or information derived from work performed under this agreement, breach of confidentiality shall be deemed substantial breach of this agreement and may be ground for rescission. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008) and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2010), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-26 Equal Opportunity (Mar 2007);FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreigh Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). Department of the Interior Acquisition Regulation (DIAR): 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/D33N0712135/listing.html)
- Place of Performance
- Address: DOI/BIE/Kaibeto Boarding SchoolP.O. Box 120 East Hwy 160/98Kaibeto, AZ
- Zip Code: 860531420
- Zip Code: 860531420
- Record
- SN02805147-W 20120719/120717235334-ae65616babf24b5645cffc0cf2d1a493 (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 |