SOLICITATION NOTICE
U -- U - Educational Consulting
- Notice Date
- 8/27/2014
- Notice Type
- Presolicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- BIA NAVAJO 00009301 WEST HILL ROOM 346Contracting OfficeGallupNM87301US
- ZIP Code
- 00000
- Solicitation Number
- A14PS01004
- Response Due
- 8/28/2014
- Archive Date
- 9/27/2014
- Point of Contact
- Cedric Wood
- Small Business Set-Aside
- Total Small Business
- 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: A14PS01004 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is for a Small Business Set-Aside. The NAICS Code 611710, size standard is $14.0. Due to the urgency of the required services the solicitation times have been shortened. See Attached Statement of Work (SOW) l - The Contractor will be reimbursed for travel to provide support at Mariano Lake Community School. 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 effective on date of travel. The Contractor shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. PERIOD OF PERFORMANCE: Date of Award to June 30, 2015 SECTION D: Performance evaluation will be performed at the end of each school year. The evaluation will be completed at the school by the government representative. This form is the only performance evaluation that will be accepted by the Contracting Officer. The evaluator's signature shall be legible and printed on the form. If the government representative will complete a performance evaluation prior to last day of work, for work the performed under this contract. The government representative will review the performance evaluation with the Contractor, record Contractor comments, and obtain Contractors signature to acknowledge completion of the evaluation. The government evaluator will then give a copy of the evaluation form(s) to the Contractor at the school and submit a copy to the Contracting Officer. SECTION M FAR 52.212-02: Evaluation - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation that is 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 Capability Factor III Past Experience Factor IV - Familiarity of the school or location Factor V - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process, all non-price factors weigh more than cost or price. (b) 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.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. Evaluation The 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. M.4. Evaluation Factors: Factor I - Technical Capability; Factor II - Management Capability; Factor III - Past Experience; Factor IV - Familiarity of the school or location; Factor V - 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 Experience for similar 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. In the areas of quality, timeliness, customer satisfaction and business practices. Relevance of the offer's past project experience to this type of requirement. Factor IV - Familiarity of the school or location 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. Consultant shall demonstrate the familiarity of the school or location, staff, student performance data, school needs, demographics and other key information about the population attending the local school. Factor V - 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". QUOTE LINE ITEMS: (provide a breakdown) A. Consultant Svc, 21 DAYS @ $_______________ per day = $_______________. B. Travel Costs: $_______________ FEDERAL TRAVEL REGULATIONS: 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. The following clauses apply to this acquisition: FAR Clause 52.212-01 - Instructions to Offerors Commercial Items; FAR Clause 52.212-3 - Offeror Representations and Certifications Commercial Items; FAR Clause 52-212-04 - Contract Term and Conditions Commercial Items; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232 Payment by Third Party; FAR Clause 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In paragraph (b) of FAR 52.212-5 (b), The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of Law or Executive order applicable to acquisitions of commercial items; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving (Aug 2001); 52.223-1 Buy American Act-Supplies (June 2003)(41 USC. 10a-10d); FAR 52.232-18, Availability of Funds (April 1984). FAR Clause 52.232-33; DOI Acquisition Regulation (DIAR) 1452.226-70 Indian Preference; DIAR 1452.226-71 Indian Preference Program; 52.232-99 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.217-8, Option to Extend Services; Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 Days. Homeland Security Presidential Directive 12 (HSPD-12); 1452-204-70, Background Investigations Requirement; Federal Travel Regulations. (End of clause) Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice; -A copy of the contractors invoice shall be included with the IPP invoice. If no invoice is attached, the Invoice will be rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than }- 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 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: Cedric A. Wood, by close of business, 12:00 P.M., Local Time, August 28, 2014. 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: cedric.wood@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 Cedric A. Wood, Contract Specialist, at (505) 863-8266, by email at cedric.wood@bia.gov. All contractors submitting quotes must be registered in the SAM www.sam.gov 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 SAM, go to: http://www.sam.gov. Additional Info: Contracting Office Address: BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305 Place of Performance: Mariano Lake, NM 87328 US Point of Contact(s): Cedric A. Wood, Contract Specialist 505-863-8266
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS01004/listing.html)
- Record
- SN03482444-W 20140829/140828021931-e3ede9f39cbb94d9284466c943626ad2 (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 |