Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2004 FBO #1007
SOLICITATION NOTICE

U -- External Evaluation Services for the Therapeutic Residential Model Program for the Bureau of Indian Affairs (BIA), Office of Indian Education Programs (OIEP), Division of Residential Life Program (DRLP)

Notice Date
8/27/2004
 
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
RMK0E040082
 
Response Due
9/2/2004
 
Archive Date
9/9/2004
 
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, RMK0E040082, is issued as a Request for Quotes (RFQ). 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 61171 and the business size maximum is $5.0 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 Government. This office is requesting quotes on the following item: 0001: Provide all travel, supplies, materials, and personnel to provide external evaluation services for the Therapeutic Residential Model Program for the BIA, OIEP, DRLP, in accordance with the Scope of Work (SOW). The QUANTITY is One (1), The UNIT is Lump Sum. The Government intends to award a firm fixed price contract. The period of performance is from September 7, 2004 through July 21, 2005. The SCOPE OF WORK (SOW) is as follows: Scope of Work : BACKGROUND. The BIA, OIEP has established goals for students enrolled at the 185 BIA, OIEP funded and operated schools and dormitories. The BIA, OIEP has determined that to accomplish the positive outcomes stated in the OIEP goals all areas of student development must be addressed. Data acquired through the administration of the Youth Risk Behaviors Survey (YRBS), the American Drug and Alcohol Survey (ADAS) and the Intensive Residential Guidance Program (IRG) has established a need for higher level Therapeutic services for students enrolled in the BIA, OIEP system. In 2000 the BIA, OIEP received three million dollars to implement a demonstration project at three BIA, OIEP school/dorm sites. A competitive application process was utilized to select three sites to receive Therapeutic Model funding. The current three sites selected are Jones Academy in Oklahoma, Pierre Indian Learning Center in South Dakota and Circle of Nations Boarding School in North Dakota. To insure validity of program and documentation of data, an external non-BOA evaluator is necessary. The evaluator will validate evidence of need, viable therapeutic program applications and significant improvement of student?s wellness, social, and academic outcomes. The information and data acquired in this external evaluation process will be critical for reports made to Congress that may influence the continuation and expansion of the TM project within the OIEP system. PURPOSE. The purpose of this contract is to provide external evaluation services to three identified TM sites. The sites are: 1. Pierre Indian Learning Center, HC 31, Box 148, Pierre, SD 57101-4419. 2. Jones Academy, Route 1, Hartshorne, Oklahoma 74547. 3. Circle of Nations-Wahpeton Indian Boarding School, 832 8th Street North, Wahpeton, North Dakota 58705. OBJECTIVE ONE. To address the need for the development of training and materials that will assist the internal site evaluator and other BIA, school or dormitory staff in establishing procedures for program operation and data acquisition. Task 1-1: The contractor shall prepare materials and facilitate Training and Debriefing Sessions with on-site evaluators, school administrators or government officials on a quarterly basis. The debriefing sessions are an exit meeting that will occur with program administrators, chief school administrators, line officers and Division of Residential Life representatives. A written report shall be submitted to the Residential Specialist in the Division of Residential Life on a quarterly basis. OBJECTIVE TWO. Two site visits shall be made to each site for the purpose of site assessments, program development, monitoring and data collection. Task 2-1. The contractor will oversee the administration of survey questionnaires, examine, collect and tabulate as necessary, school data on absences, behavioral incidents, proficiency tests, retention and dropouts rates. Task 2-2. The contractor will provide oversight to insure that such collection is accurate and uniform between sites. Task 2-3: The contractor will examine aspects of the campus environment and triangulate observations of the protective elements and barriers that exist in the environment at each site. The external evaluator shall identify barriers if in fact the school is not meeting the desired outcomes, and recommend action or strategies to modify strategies. Task 2-4. The contractor will observe school campus activities and preparations for implementing interventions. The contractor shall examine record-keeping procedures that will be used to document for interventions and solicit perspectives on the environment and the process through interviews and focus groups. OBJECTIVE THREE. Task 3-1.To provide oversight in the administration of the American Drug and Alcohol Survey, the BarOn Emotional Intelligence Quotient, the Jessor Alienation Scale, and the Cultural Pride Index. Task 3-2. To duplicate non-copyrighted material used for testing. Each site will be responsible for mailing information regarding the testing to parents as required by the protocols, and distributing information to teachers regarding their roles in the evaluation. The Therapeutic Model program director at each school site shall be responsible for the mailing information regarding the testing to parents as required by the protocols (developed independently, specific to the information requested), and distributing information to teachers regarding their roles in the evaluation. OBJECTIVE FOUR To develop an analysis and format of the data outcomes for each site so that it can be utilized to provide information and reports to the school/dorm, Division of Residential Life, and other government agencies. Task 4-1. Design and carry out analysis on outcome data related to Government Performance Results Act, meta-analysis, and cross-sectional analysis. Task 4-2. Produce site specific and group reports. Each site report will be identified by date. A final report for each school will be completed and format will be coordinated with the Division of Residential Life. Reports on each site will provide the results of data analysis on the sites along with observations and recommendations for the site. The contractor will merge information from cross-site reports into a format that will provide a data profile of all sites combined. A group report is an accumulation of data from the three sites. OBJECTIVE FIVE. To develop a composite report that will encompass the three y7ears of the TM Demonstration project. The composite report is a summary report that chronologically addresses all the data that is collected from the Barron EQI, ADAS, Culture pride assessment, and the Jessor Alienation Scale for each school. Task 5-1. The Contractor shall develop a composite report containing quantitative as well as qualitative data for individual TM sites. Task 5-2. The contractor will be provide over-sight and assistance as necessary to carry the development of testimony and other forms of reporting on the TM Demonstration initiative which may include various meetings and OIEP conferences. The contractor will assist and provide accurate information in the quest of obtaining additional information for Therapeutic services. TIMELINE. The contractor shall provide services from date of award through June 30, 2005, with four one year option periods. 1. Develop a schedule with the Division of Residential Life for site visits to accomplish testing surveys at the three TM sites. The reports are due immediately to DRL upon completion of the site visit. 2. Initiates testing and survey application at each TM site. The tests are BarOn EQI, Cultural Pride Assessment, and Jessor Alienation Scale. A staff survey will be completed as well. 3. Initiate process in coordination with the Division of Residential Life to provide over-sight and technical assistance to the three sites as needed. 4. Contractor will complete and make available reports for the three TM sites by July, 2005. Reports shall consist of summary reports, which include comparative data on the Baron EQI, Cultural Pride Assessment, Jessor Alienation Scale. A comparative analysis of the staff survey will be completed as well. The reports will include areas of strengths and recommendations. 5. Contractor will complete and make available a composite report that will include quantitative and qualitative data on all three TM sites by July of 2005. 6. Contractor will assist BIA staff in developing testimony and other reporting formats that maybe required by BIA and other governmental agencies. REQUIRED QUALIFICATIONS OF THE EXPERT PROVIDER. 1. Contractor shall have knowledge of statistical and analytical processes necessary to provide critical reports and evaluations for three therapeutic model programs. 2. Contractor shall have knowledge of instrumentation and data sources utilized to: a. Establish baseline data for purposes of comparative analysis. b. Establishing time tables to facilitate pre-test post-test scenarios that result in valid data comparisons for three schools. c. Provide assessments that reflect gains or losses of Indian students populations in the psycho; social; educational; cultural domains of those student bodies. 3. Contractor have experience and shall provide examples of previous work in the following areas: a. Indian Schools, communities and tribal programs that the contractor has provided similar services for. b. Work with National agencies such as the Center for Substance abuse Prevention (CSAP), Indian Health Services, etc. c. Examples of experience providing external evaluation services to multiple sites utilizing multiple therapeutic applications involving Indian populations. Closing Date of Quote is September 2, 2004, 9:00am local time. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide the lump sum cost with a breakdown of their cost 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 CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors ? Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. 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 CO to receive a copy. Provision 52.252-1 Solicitation Provisions Incorporated by reference. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (SPR 1998). 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 52.212-2, 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 OF EXPERT PROVIDER section of SOW 1b. Past Experience: List contracts that are of comparable size, complexity and similar. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. 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, Branch of Contracting and Grants, 500 Gold Avenue SW, 6th Floor, Albuquerque, NM 87103, or you can fax your quotes to (505) 248-6941.
 
Record
SN00659357-W 20040829/040828101537 (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 |
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.