SOLICITATION NOTICE
D -- Program Services for the 2004 Annual Report and Report Card Modifications and the Development of ADM and ISEP Modules to the Existing Database
- Notice Date
- 2/19/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- BIA/OIEP/SCHOOL OPERATIONS; BRANCH OF CONTRACTS & GRANTS; P.O. BOX 829; ALBUQUERQUE, NM 87103
- ZIP Code
- 87103
- Solicitation Number
- RMK0E040031
- Response Due
- 2/25/2004
- Archive Date
- 2/26/2004
- Point of Contact
- DIANNE GUTIERREZ (505) 248-6953
- 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, 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. This solicitation, RMK0E040031,    is issued as a Request for Quotes (RFQ) under test procedures of FAR 13.5.      The solicitation document and incorporated provisions and clauses are    those in effect through Federal Acquisition 2001-03.    The North American    Industry classification (NAICS) code is 541511 and the business size    maximum is $18.0 Million.    The proposed contract is set aside for small    businesses.    All responsible small business sources may submit a quote,    which will be considered by the Governement.    This office is requesting    quotes on the following item:    0001 Provide all travel, supplies,    supplies, materials, and    personnel to apply the yearly updates to the    Annual Report, add the Average Daily Membership, and the Indian Student    Equalization Program Modules in accordance with the Scope of Work (SOW),    which is as follows:    PERFORMANCE WORK STATEMENT.    INTRODUCTION:      Responsive to the yearly updates to the Annual Report required by the    Department of Education and added requirements by the ???No Child Left    Behind Act??? (NCLB) negotiated rulemaking.    Design and develop a    centralized OIEP Intranet web-based database supplementing the Annual    Report database (AR) with a Average Daily Membership (ADM), and Indian    Student Equalization Program (ISEP) modules.    BACKGROUND:    Monitoring is    the primary accountability mechanism for the Office of Indian Education    Programs to ensure that each federally funded school meets the educational    standards and requirements of the IDEA ???97, NCLB, and the Department of    Education.    The OIEP Intranet web-based Annual Report gathers information    about the school???s progress in meeting academic standards.    The Annual    Report database was originally designed in MS Access in 1999 to meet    Department reporting requirements and was available through the OIEP    Citrix server.    In 2002, the access database was updated to comply with    the Department of Education yearly requirements and redesigned to correct    print problems with a web-based html interface.    The Bureau of Indian    Affairs (BIA) began Negotiated Rulemaking as required in the No Child Left    Behind Act (NCLB) on June 13, 2003 in Albuquerque, NM.    Under section 1138    of the Act, the Secretary of the Interior must develop proposed    regulations related to several areas of Indian Education using the    negotiated rulemaking.    The Secretary has selected Federal and Tribal    representatives to represent the interests that will be significantly    affected by the final rule to serve as an advisory committee to negotiate    and provide recommendations for the proposed rule.    Negotiated rulemaking    allows the Department of Interior (DOI), BIA, OIEP and the affected Tribal    interest on the committee to discuss possible approaches to various issues    and to negotiate the content of the regulations before the proposed rule    in published.    Requested changes on two new modules will be incorporated    ??? Average Daily Attendance and Average Daily Membership.    This    integration will provide OIEP management and Schools with daily and    monthly reporting and statistical capabilities to effectively generate    accurate and timely numbers for funding distribution to schools.    SCOPE:      The scope of this performance work statement is to apply the yearly    updates to the Annual Report, (AR) and add the Average Daily Membership    (ADM), and Indian Student Equalization Program (ISEP) modules.    REQUIRED    QUALIFICATIONS:    The contractor must have experience, knowledge and    educational background to include:    ???    P.L. 105-17 and P.L. 107-110    requirements and regulations    ???    IEP forms and content    ???    Direct and    related services and other legal requirements of IDEA and NCLB.    ???      State assessment and alternate assessment systems    ???    Interpretation of    OIEP school data    ???    Knowledge and expertise in the following IT    technologies, not limited to:    Oracle, Security, Windows Network Operating    systems, Service 3000, Web Services, Security Trends, Microsoft Office    Suites, Microsoft SQL server and access data management, desktop    platforms, asp.net web matrix and MS Front Page.    ???    OIEP???s WAN and    Information Technology infrastructure    ???    Knowledge of DOI, OICO and    OIEP security standards for web servers and the OIEP wide area network      ???    Experience and expertise in Data Management Concepts, Warehousing,    Data Mart designs, Statistical Sampling and Data Modeling Techniques ???      Working Knowledge of the OIEP???s education data    requirements and program    requirements to lessen the learning curve to meet required deadlines ???      The contractor must have knowledge of the Bureau of Indian Affairs, Office    of Indian Education Programs organizational structure and Public Law    100-297, Tribally Controlled Community Schools Act, in addition to having      knowledge of various Indian community settings.    PERFORMANCE REQUIREMENTS:      Task A:      ADM (Average Daily Membership) Module.    ???    The Contractor will    design an OIEP Intranet web-based module to capture average daily    attendance and average daily membership to ensure accurate funding    distribution to the schools.    ???    The ADA/ADM module will be incorporated    into the existing web-based ???Annual report???.    ???    The system will be    designed with State level access to monitor reporting progress by OIEP    directorate ???    The ADM module will meet DOI data and security standards.      ???    The design will incorporate detailed discussion of both the proposed    content and technical functioning and related databases, responsive to the    scopes of this task.    The design must also address how the system will be    readily amenable to expansion and change as part of yearly updates      and    maintenance.    ???    The Contractor will design a simple map/graphic    interface displaying all related modules.    Task B:    Web AR Updates    ???      Automatic interfaces from the ADM to the WebAR. ???    Special Ed data    collection: Enrollment for Math assessment Participation in math    assessment Enrollment for reading assessment Participation in reading    assessment Bureau-wide summary web views School summary web view Bureau    wide printouts School summary printouts    ???    Update the WebAR Annual    Report questionnaire to include 2004 Government Performance and Results    Act (GPRA) goals set by OIEP.    Task C:    Web-based ISEP student population    and statistical data collection. ???    Database installation, definition,    2002-2003 data conversion, security setup, and login asp.net pages. ???      School Data entry, report pages, and online help. ???    Administrative    login, review and report pages, and documentation. Task D:    Documentation    and Maintenance Guide Contractor shall prepare and submit to for approval    a document, which will contain:    ???    Documentation of website code and    design. ??? Documentation of database design and reporting.    ???      Practical instructions on how to add content and made minor changes to the    site as part of site maintenance.    GOVERNMENT FURNISHED REFERENCES: ???      Annual Report detailed modifications ???    ISEP Data for School year    2002/2003 ???    ISEP Reports for School year 2002/2003 SCHEDULE:    The    Contractor must submit to the Contracting Officer???s Technical    Representative for review and approval the following deliverables    according to the following schedule:    Schedule of Deliverables    Task A,      Deliverable:    ADM Module, Due Date:    March 1, 2004;    Task B. Deliverable:      WebAR Updates, Due Date:    March 26, 2004; Task C,    Deliverable ISEP (C.1.    Database & Security Due Date:    April 16, 2004), (C.2.    School data entry    and report pages, Due Date:    May 21, 2004); (C.3. Administrative status,    summary and report pages, Due Date June 18, 2004); Task D, Deliverable:      Documentation, Due Date June 25, 2004.    The Quality Assurance Surveillance    Plan (QASP).    The ADM and ISEP modules will be tested and installed on a    designated test bed server and utilized by OIO IT Specialists, OIEP    program personnel, selected schools and ELO line officers on a trial basis    for a 30-day period before acceptance.    Closing Date of Quote is February    25, 2004, 1:00pm local time.    Please include your TAX ID Number, CAGE    Number, and DUNS Number when submitting your quote.    The following FAR    Provisions/Clauses apply to this request for quotation and are    incorporated by reference: FAR 52.212-4 Contract Terms and Conditions ???    Commercial Items (SPR 1998).    Offerors must include a completed copy of    the provision 52.212-3, Offeror Representations and    Certification/Commercial Items with their quote.    If the offeror does not    have a copy of this provision, you may obtain a copy at www.arnet.gov or    contact the Contracting Officer to receive a copy.    Provision 52.252-1    Solicitation Provisions Incorporated by reference.    Offeror shall provide    the price to provide this service and respond to the Evaluation Factors    delineated at the end of this synopsis.    This solicitation incorporates    one or more solicitation provisions by reference, with the same force and    effect as if they were given if full text.    Upon request, The Contracting    Officer will make their full text available (End of Provision).    The    provisions at FAR 52.212-1 Instructions to Offerors ??? Commercial Items,    FAR 52.212-3 Offeror Representations of Certifications all apply to this    acquisition.    The clauses at FAR 52.212-2; Clauses Incorporated by    Reference, FAR 52.212-5 Contract Terms and Conditions Required to    Implement Statutes or Executive Orders ??? Commercial Items, FAR 52.222-3    Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child    Labor-Cooperation with Authorities and Remedies, FAR 52.225-1 Buy American    Act-Balance of Payments Program-Supplies, FAR 52.225-3 Buy American    Act-North American Free Trade Agreement-Israeli Trade Act-Balance of    Payments Program, FAR 52.225-13 Restrictions on Certain Foreign Purchase,    FAR 52.225-15 Sanctioned European Union Country end Products, FAR    52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security    Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag    Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities,    FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for    Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for    Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled    Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by    Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1    Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions    Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended),    FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work,    Department of the Interior Acquisition Regulation (DIAR) 1452.226-70    Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR    1452.204-70 Release of Claims.    FAR 52.212-Evaluation.    The Evaluation    Factors are in descending order of importance.    All evaluation factors    other than cost or price, when combined are significantly more important    than cost or price.    The Evaluation Factors are:      1)    Technical    Capability 1a:    Technical Excellence:    Describe ability to meet REQUIRED    QUALIFICATIONS section of SOW 1b.    Technical Approach:    Describe approach,    including comprehension of requirements to accomplish SOW.    1c.    Personnel    Qualifications:    Provide Resumes    1d.    Past Experience:    List contracts    that are of comparable size and complexity.    2)    Price      3)    Past    Performance:    Provide names of companies, point of contact for references.      The period of performance shall be from Date of Award through September    30, 2004.    Award will be based on lowest responsive overall acceptable    quote, as submitted by a responsible offeror & ability to provide all the    above requirements.    Pricing will include all charges/fees. Quotes will be    submitted in writing and signed by an individual with the authority to    bind their respective company; electronic submissions via fax are    acceptable.      You may mail your quote to BIA/OIEP/School Operations,    Division of Contracting and Grants, 500 Gold Avenue SW, 6th Floor,    Albuquerque, NM 87103, or you can fax your quotes to (505) 248-6941.      Please limit quotes to 10 pages total.    If there are any questions    concerning the scope of work, direct your questions to the project    manager, Jim Issues at (505) 248-6352.    
- Record
- SN00525239-W 20040221/040219222714 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |