Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2020 SAM #6916
SOLICITATION NOTICE

R -- SHARON G-CARSON CONSULT JEEHDEEZ'A ELEM

Notice Date
11/3/2020 8:41:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
 
ZIP Code
87104
 
Solicitation Number
140A2321Q0009
 
Response Due
10/29/2020 12:00:00 AM
 
Archive Date
11/13/2020
 
Point of Contact
Johnson, Mary Jane
 
E-Mail Address
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Awardee
null
 
Description
THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 14.80.201. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Refuse Services pickup for BIE, Jeehdeez�a Elementary School, P.O. Box 1073, 3 miles East of Navajo Route 60, Pinon, Arizona 86510. 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. 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 2005-101. This acquisition is set aside 100% Indian Small Business Economic Enterprise (ISBEE). In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is _611710___. DESCRIPTION: Contractor shall provide Professional Developmental & Consult Services to the Jeehdeez�a Elementary School; In Accordance With (IAW) the below Statement of Work (SOW). LN Product No. Description PROFESSIONAL CONSULTING & DEVELOPMENT SERVICES Base Year: Period of Performance: 11/1/2020 to 10/31/2021 SHARON G-CARSON PROFESSIONAL & CONSULT DEVELOPMENT SERVICES SY 20-21 JEEHDEEZ' ELEM Sub Total: Base Year: $_____________ Option Year: 1: Period of Performance 11/1/2021 to 10/31/2022 SHARON G-CARSON C PROFESSIONAL & CONSULT DEVELOPMENT SERVICES SY 21-22 JEEHDEEZ'A ELEM Sub Total: Option Year 1: $_____________ Option Year: 2: Period of Performance: 11/1/2022 to 10/31/2023 SHARON G-CARSON PROFESSIONAL & CONSULT DEVELOPMENT SERVICES SY 22-23 JEEHDEEZ'A ELEM Sub Total: Option Year 2: $_____________ Option Year: 3: Period of Performance: 11/1/2023 to 10/31/2024 SHARON G-CARSON PROFESSIONAL & CONSULT DEVELOPMENT SERVICES SY 23-24 JEEHDEEZ'A ELEM Sub Total: Option Year 3: $_____________ Option Year: 4: Period of Performance: 11/1/2024 to 10/31/2025 SHARON G-CARSON PROFESSIONAL & CONSULT DEVELOPMENT SERVICES SY 24-25 JEEHDEEZ' ELEM Sub Total: Option Year 4: $_____________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ Statement of Work SHARON G-CARSON PROFESSIONAL & CONSULT DEVELOPMENT SERVICES Background: The contractor will provide services to the Jeehdeez'a Elementary School to academic staff. 2. Scope: The contractor will provide 20 sessions of Professional Development Services to the Teachers and Education Technicians. This will include work on refining our focus on priority (essential) standards, designing strong lesson plans and assessments to measure what we have taught. After the initial launch of the school year, much focus will be on crafting unit plans for individual grade levels. While there will be large group work, there will be many small group sessions to offer Instruction, support and guidance to assist with developing strong unit plans that will guide your instruction this year and in the future years beyond 20-21. 3. Objectives: After the service is completed, it will enhance the Teacher's and Education Technician's learning and increase in student's test scores. 4. Tasks: a. Provide training in classroom modeling related to Priority Standard Focus on ELA and Mathematics. b. Provide training in focusing on data review and Professional Learning Community (PLC) meeting model with feedback to staff. c. Provide training in formative assessment planning and use of data to inform instruction in RTI Groupings. 5. Project Deliverables: The ability of the Contractor to deliver this service is dependent on our school as customer's full-time cooperation with the Contractor, as well as the accuracy and completeness of the work performance as specific on Tasks. 6. Government� Furnished Property: It specifies the Contractor will use the school's equipment to perform assigned duties/assignments. All other materials and supplies will be provided by the Contractor. 7. Security Requirements: The Contractor signs in and out at the Administration building with a temporary pass is issued on each date or sends a ZOOM sign �in sheet for attendance purposes. 8. Place of Performance: The service performs at the school at the Jeehdeez'a Elementary School (Multi-Purpose Room) and virtual environment. 9. Project Timeline: The service performs during our school business hours from 7:30am to 4:00pm from Monday to Friday; excluding the federal holidays. END OF SOW Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation � Commercial Items(Oct 2014), FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights (JUNE 2020); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). 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 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (AUGUST 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (JUNE 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52-222-41 Service Contract Labor Standards; FAR 52.222-42- Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-10, Waste Reduction Program (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984). Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment 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 [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. 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. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to Gertrude Bryant by email at Gertrude.bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contractors submitting offers must be registered in the SAM Registration (SAM) 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 Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. END
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46394f10c6b54f5b93d22e347c18a486/view)
 
Record
SN05844707-F 20201105/201103230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.