SOLICITATION NOTICE
R -- PROFESSIONAL DEVELOPMENT SERVICES FOR RIVERSIDE INDIAN SCHOOL ACADEMIC STAFF FOR THE 2014-2015 SCHOOL YEAR
- Notice Date
- 11/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, 2051 Mercator Drive, Reston, Virginia, 20191
- ZIP Code
- 20191
- Solicitation Number
- A15PS00017
- Archive Date
- 12/16/2014
- Point of Contact
- Margie M. Wahkinney, Phone: 405-247-1575
- E-Mail Address
-
margie.wahkinney@bia.gov
(margie.wahkinney@bia.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 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 Bureau of Indian Affairs (BIA), Southern Plains Regional Office intends to award a firm-fixed price contract in response to this Request for Proposals (RFP) for the Professional Development Services for the Bureau of Indian Education, Riverside Indian School in Anadarko, OK. The solicitation number for this procurement is A15PS00017 and is issued as a Request for Proposals (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 dated November 1, 2014. This solicitation is a Total Small Business set-aside. The associated North American Industry Classification System code is 611430 and the small business size standard is $11.0 Mil. PRICE SCHEDULE: the proposed pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Please complete the following pricing schedule utilizing your most competitive and reasonable rate: 1. Services Six months of Professional Development services x $________________ per month = $__________________ Period of Performance: Beginning date: Upon receipt of contract Completion date: May 29, 2015 (last day to submit final invoice is June 19, 2015) The following services to be provided for: Riverside Indian School 101 Riverside Drive Anadarko, OK 73005 Purpose: Vendor to provide on-site professional development services for the RIS Academic Staff for the 2014-2015 school year. Vendor will also assist the academic and special education staff in planning, developing and coordinating a safe and secure school in an effort to raise test scores and decrease student incident reports. 1. Description of Service: A. Provide technical assistance for academic staff throughout the school year. The topics of the technical support/assistant will be determined after a comprehensive survey and needs assessment is conducted, examples of topics: • Differentiating literacy instruction • Teaching content area vocabulary • Writing in the content areas • Teaching and using literacy strategies to improve students proficiency • Writing text-based questions • Creating useful formative assessments • National Board informational speaker B. Provide monthly (December through May - 6 months) "open door" individual planning and development sessions, and technical assistance for staff (4 SPED Teachers and 24 High School Teachers) for 4 hours or more as needed by academic team, each session. 1 open door day and 1 training day per month. C. Provide feedback and continuous communication to the management team of RIS. Require an open line of communication to provide or be provided feedback, via telephone or written communication. D. The in-service training for the Special Education staff will be determined by a comprehensive needs assessment which will be administered by the vendor. One of the in-service days will be the self-directed IEP. This training will assist the SPED teachers to promote self-advocacy among the SPED students. The SPED teachers will also be afforded an open door policy in which they will be able to receive resource material for classroom use. Topics which may be discussed are as follows: Working with Oppositional Students, Building Special Education students' Transitional Notebooks for Post-Secondary school, parent involvement ideas. 2. Conditions: Vendor will contact speakers and schedule presentation, complete contracts with presenters, organize the logistics for the training, disseminate and compile evaluations and report results to management team of RIS. The trainings will be once a month and take place at Riverside Indian School with open door days. Identify highly qualified instructors who will deliver training on-site to the professional development needs of RIS as outlined in the scope of work. Highly qualified will be determined by the vendor using their expertise in the field to find those with the experience to train RIS staff. Prepare and provide all instructional materials needed for courses outlined in the scope of work. Instructional materials will be determined based on collaboration with RIS teachers and the trainers. Vendor will attend meetings as requested by the RIS staff and management team. Collect data to include the following: participant evaluations, participant needs assessments and surveys, participation data and demographic data of participants. Manage all training as well as provide all required books and classroom materials and required resource materials. 3. Points on Contact: Tony Dearman, Superintendent, 405-247-4196 Sharon Hunter, Federal Programs, 405-247-4165 Patrick Moore, High School Principal, 405-247-4160 Amber Wilson, Elementary/Jr High Principal, 405-247-6871 FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial -- 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: Technical Capability, Past Performance and Price. Technical and Past Performance, when combined, are more important than price. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.233-4, 52.243-1 and 52.244-6. 1452.226-70 Indian Preference - Department of the Interior (APR 1984) 1452.226-71 Indian Preference Program - Department of the Interior (APR 1984) 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: Official invoice on company letterhead 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) within 3 - 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. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. Award can only be made to contractors actively registered in SAM. Proposals are due 1 December 2014 at 12:00pm (CST). Proposals will only be accepted by email: Margie.wahkinney@bia.gov. Faxed quotes will not be accepted. For information concerning this solicitation contact Margie M. Wahkinney at 405-247-1575 or use the above email address. Offerors should check the FedBizOpps/FedConnect websites often for new solicitation amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00017/listing.html)
- Place of Performance
- Address: Riverside Indian School, 101 Riverside Drive, Anadarko, Oklahoma, 73005, United States
- Zip Code: 73005
- Zip Code: 73005
- Record
- SN03573643-W 20141116/141114234620-ad8643726a183bd39a16773794b7b16f (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 |