SOLICITATION NOTICE
R -- SPORTS INFORMATION DIRECTOR - Attachment
- Notice Date
- 11/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
- ZIP Code
- 00000
- Solicitation Number
- A15PS00039
- Response Due
- 12/15/2014
- Archive Date
- 1/1/2001
- Point of Contact
- Contracting Officer
- Small Business Set-Aside
- Total Small Business
- Description
- A15PS00039 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 Sports Information Director for the Bureau of Indian Education, Haskell Indian Nations University in Lawrence, KS. The solicitation number for this procurement is A15PS00039 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 Buy Indian Small Business set-aside. The associated North American Industry Classification System code is 541990 and the small business size standard is $15.0 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 Five months of SID services x $_________________ per month = $___________________ Option Year One 9 months of SID services x $_________________ per month = $___________________ Option Year Two 9 months of SID services x $_________________ per month = $___________________ Option Year Three 9 months of SID services x $_________________ per month = $___________________ Option Year Four 9 months of SID services x $_________________ per month = $___________________ PURPOSE: Haskell Indian Nations University is seeking a contractor to serve as a Sports Information Director during the academic school year (August 1st through April 30th). The position exercises responsibility for planning, organizing, coordinating and controlling operations for technical support of all intercollegiate programs. General functions include: *Entry of statistical reports to required sources *Plans and implements successful game day management *Provides technical support of athletic website and updates continuously *Provides media coverage at all intercollegiate competitions *Works as a liaison between the school or national media *Prepare student-athletes and venues for game days Bachelor's degree required in the area of a Sports Information Director. Contractor must also possess media guides and knowledge of sports related programs. Contractor must have a valid driver's license, and pass an extensive Federal background investigation. Contractor must submit: *a cost proposal *academic credentialing *resume or curriculum vitae *three letters of support from previous/current employers and/or clients. OBJECTIVES: The goal of the contract is to secure an academically prepared, and a field-experienced Sports Information Director dedicated to the development of the Sports Programs within the Athletic Department. The objectives include: *Compliance to the NAIA, and MCAC policies and protocol relative to Sports Information Director. *successful instruction in injury prevention and rehabilitation *support of the athletic department and coaching staff for the well-being of the student-athlete *create a positive work environment *create an open pathway of communication The result in contracting an experienced Sports Information Director, who possesses the skill, knowledge, and ability in the field, will create the following results: *Meet deadlines on statistical reports required by NAIA and MCAC *Effective coverage of media on sports programs *a successful athletic program by preparing and responding to student-athlete needs *compliance to the NAIA and MCAC SCOPE: Haskell Indian Nations University, under the governance of the Bureau of Indian Education expects the contract to yield a successful candidate for the position. The candidate will act in accordance to Federal regulations in representing the institution and the government in a positive manner. Benefits, tax, and a cost of living allocation is not available. Travel allocations will cover expenses for non-home games/contests such as meals, and lodging. Travel allocations will also cover expenses associated with travel expected by the Athletic Department. The contract proposal will be evaluated on adherence to the noted requirements, as well as past experience and performance. Prospective contractors will be ranked accordingly and determination will be made as to which contractor has demonstrated the greatest value to the Federal Government as well as the Department of Athletics at Haskell Indian Nations University. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. TASKS: In addition to outlined functions and objectives, the contractor, is expected to demonstrate successful completion of the following tasks: *provide a yearly report of statistical data on student athletes * provide the Athletic Director and President with updates on SID concerns Contractor will be evaluated on fulfillment of outlined functions, successful demonstration of objectives, and timely completion of the aforementioned tasks. SECURITY: Contractor is expected to successfully pass the Federal background clearance for a position designated of ¿non-sensitive low risk. ¿ Contractor will have contact with children, as well as to Federal IT systems and facilities. TRAVEL: Contractor is expected to secure travel arrangements (i.e. mode of transportation, lodging, meals, etc.) in accordance to Federal policy for self. Contractor is expected to travel with the team as needed. Due to the nature of duties and assignments, it is projected to be a maximum of nine (9) TDYs per year. SPECIAL MATERIAL REQUIREMENTS: Contractor is expected to obtain Federal Identification in accordance with university standards at a time determined by Human Resources. PLACE OF PERFORMANCE: The campus of Haskell Indian Nations University, 155 Indian Ave, Lawrence, Kansas will serve as the primary place of performance; with team an individual travel duties determined by the contract. PERIOD OF PERFORMANCE: The Contractor shall start work on January 5, 2015 through May 4, 2015 if the background investigation is favorable. For each Option Year, the Contractor shall only perform services from August 1st through April 30th. Option Year 1 (9 month appointment) will be commence on August 1, 2015, option year 2 (9 month) on August 1, 2016, option year 3 (9 month) on August 1, 2017 and option year 4 (9 month) on August 1, 2018. 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 52.217-9, 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: If travel is required within the billing cycle, the Contractor shall submit receipts for travel. Also, the Contractor must email the COTR and Contracting Officer a copy of the IPP invoice. 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 15 December 2014 at 17:00pm (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/A15PS00039/listing.html)
- Place of Performance
- Address: 155 INDIAN AVENUE LAWRENCE KS 66046 USA
- Zip Code: 66046
- Zip Code: 66046
- Record
- SN03581051-W 20141126/141124234822-2cc2e857d0853b349eacdf04e9091c44 (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 |