SOLICITATION NOTICE
U -- Educational Services for Southwestern Indian PolytechnicInstitute SIPI)
- Notice Date
- 4/24/2008
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office,1001 Indian School Road NW; ALBUQUERQUE, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RABQ2080016
- Response Due
- 5/5/2008
- Point of Contact
- BRENDELL GALLEGOS (505) 563-3009
- Description
- This is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in FAR 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. This solicitation, RABQ2080016, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-18. The North American Industry classification (NAICS) code is 611210 and the business size maximum is $6.5 Million. The proposed contract is set-aside for Full and Open. The contract period is a basic year with four one year options. There are three trimesters, spring, summer and fall. Spring begins in January and ends in April. Summer begins in May and ends in August. Fall begins in September and ends in December. All businesses shall comply with FAR 52.229-14 Limitations on Subcontracting. All responsible businesses sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: Contract Line Item Number (CLIN) 0001 Base Year: Provide instructors to provide Educational Services for College Courses from a regionally accredited Public Institute of higher Education for part time and/or adjunct instructors. All work shall be performed in accordance with the Scope of Work. The estimated quantity is based on an estimated 510 credit hours for three trimesters (spring, summer and fall), 170 estimated credit hours for each trimester. The cost is based on the cost of college credits and the cost of the instructors. CLIN 0002 Base Year: Textbooks/Classroom Materials. The cost is $45,000 for all three trimesters, $15,000 per trimester. CLIN 1001 & 1002 are for Option Year One: The same estimated quantity for credits and the same amount for the textbooks and materials. CLIN 2002 & 2002 are for Option Year Two. CLIN 3001 & 3002 are for Option Year three and CLIN 4001 & 4002 are for Option Year four. The Governments intends to award an IDIQ contract for a basic year and four option years. The period of performance (POP) for the base year is from May 12, 2008 through May 11, 2009; and, the POP for Option Year One is from May 12, 2009 to May 11, 2010; and, the POP for Option Year two is from May 12, 2010 through May 11, 2011. Option Year three is from May 12, 2011 through May 11, 2012 and Option Year four is from May 12, 2012 through May 11, 2013. A single award shall be made. Award shall be made to an institute that provides the best value for SIPI. The Government shall issue task orders against the IDIQ contract for the estimated quantity of credit hours for each trimester. The minimum value of each contract shall be one task order per trimester for a minimum value of not less than $500.00. The maximum value of each IDIQ contract shall be one task orders per trimester for a maximum value of not more than $100,000.00. The task order ombudsman shall be: Name: Dianne Gutierrez, Contracting Officer (CO), Address: 1001 Indian School Road, Albuquerque, NM 87104; Telephone: 505-563-3007; Fax: 505-563-3019. STATEMENTOF WORK, Submitted by Southwestern Indian Polytechnic Institute, 9169 Coors Blvd NW, Albuquerque, New Mexico 871201.0 BackgroundSouthwestern Indian Polytechnic Institute (SIPI) in Albuquerque, New Mexico is a national Indian community college operated by the Bureau of Indian Education, U.S. Department of the Interior. SIPI was founded in 1971 with the goal of providing higher education opportunities for American Indians and Alaska Natives from federally-recognized tribes from across the United States. SIPI provides associate and/or transfer degree programs in Liberal Arts, Business Administration, Early Childhood Education, Pre-Engineering, and Natural Resources along with several applied certificate and degree programs in career technical fields. SIPI is accredited by the Higher Learning Commission of the North Central Association of Colleges and Schools and was designated a Land Grant institution in 1994.2.0 ScopeIn fulfillment of this federal mission, SIPI seeks educational services from a regionally-accredited public four-year institute of higher education for part-time and/or adjunct instructors. This partnership will ensure high quality instruction delivered by credentialed faculty (per accreditation standards); will ensure transferability of credits and matriculation of students into four-year institutions. This arrangement is intended to provide a cost-effective means to deliver course offerings in disciplines for which SIPI is currently understaffed. The Contractor shall be able to provide instructors for each of the courses delineated in Attachment A. The contract will be awarded on an all or none basis.3.0 ObjectivesThe goal of this effort is to increase Native American participation and success in higher education by ensuring students the opportunity to complete required courses in a timely and cost-effective manner for the federal government. SIPI requires Contractor support in recruiting, screening and hiring highly qualified adjunct instructors. These instructors, as discipline-based experts, shall assist SIPI in developing and implementing college-level courses and a limited number of developmental courses for students on campus and at a distance. This contract will ensure the improved access and success of Native American students in higher education. 4.0 Tasks The Contractor shall: Recruit, screen, select and hire credentialed instructors to teach SIPI college-level courses that will be recognized at accredited state higher education institutions; facilitating student transfer into a baccalaureate degree program. Developmental course curricula will articulate with SIPI curricula to ensure academic success in college-level courses. (See Attachment A V Course Descriptions). Advertise, recruit, screen, and hire qualified instructors (with a minimum of a Masters Degree and/or terminal credential in subject area). Request official transcripts from applicants and supply official transcripts to SIPI. Additionally, the Contractor shall: Secure textbooks and classroom materials as may be needed to implement courses. Aid in all efforts to develop and implement articulation agreements. The Contractor shall provide on-going consultation to ensure that the partnership is improving the access and success of Native American students in higher education. Instructors shall: Participate cooperatively in the development course syllabi, implementation of curricula, assessment and evaluative instruments, and textbook selection for those classes/sections taught on behalf of SIPI. Provide course syllabi and/or curricula, textbook information, assessment and evaluative data for classes taught on behalf of SIPI. Assist in updating curricula to ensure student learning meets national, state and local requirements. Hold two (2) office hours per course per week to answer questions and assist students in successfully completing their course(s). Attend relevant college-wide meetings such as accreditation meetings, orientation for new faculty, etc. Comply with academic policies (e.g., attendance) and other academic requirements (e.g., classroom assessment, course evaluations) that SIPI must maintain within it accreditation requirements, including submission of their own official transcripts.5.0 DeliverySIPI courses are offered on-campus from 8:00 am through 8:00 pm in classrooms and laboratories, Monday through Friday; some classes are simultaneously delivered through videoconferencing. For a three credit college level course there are 45 contact and/or lecture hoursXdistributed over a 14-15 week trimester period; developmental courses meet for 5 hours a week. 6.0 Government-Furnished PropertyThe SIPI Office of Academic Programs is responsible for the operation of education and training programs at the College and will assist with access to necessary resources to implement contracted services:XProvide access to campus facilities to include: library resources, parking, classrooms, laboratories, office space (may include cubicles), computers, copiers, telephones, Internet, etc.;XProvide a cadre of instructors and staff to participate in the development and implementation of cooperative efforts relative to the preparation of standard use of syllabi, curricula, lesson plans, etc.;XStaff and faculty to aid in all efforts to develop and implement articulation agreements.XProvide class rosters 7.00 SecurityThe SIPI Security Office provides parking decals, and secures the campus. Security provides escorts for faculty, staff and students upon request for late evening classes. 8.0 Place of PerformanceCourses are taught at the SIPI campus located at 9169 Coors Blvd. NW, Albuquerque, New Mexico 87120.9.0 Period of PerformanceSIPI offers classes three trimesters an academic year, each fifteen (15) weeks; breaks between trimester span two to three weeks. The contract is scheduled to begin May 2008 with an annual option to extend through May 2013. 10. Evaluation Factorsa.Experience working with a tribal community college offering courses ranging from developmental to career technical to transfer degree courses.c.Knowledge of articulation requirements for the State of New Mexico.d.Knowledge of accreditation requirements from the Higher Learning Commission of the North Central Association of Schools and Colleges.d.Administrative capacity; that is, staff that will be dedicated to implementing the contract.e.Ability to be responsive to changes in course scheduling.f.Experience working with Native American student populations within the higher education sector.g.In proximity to the SIPI campus. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. Please contact the Security Office at (505) 563-5287 to begin process. 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 FAR 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 FAR 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 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); 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; Background Investigations Clause; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.217-9, Option to Extend the Term of the contract (para (a) 15 days, 15 days; para (c) 2 years); 52.217-3 FAR 52.216-8 Ordering (para a, Date of Award through September 30, 2007 with one option year); FAR 52.216-19, Order Limitations(para a, $100.00; Para b (1) $500,000.00, Para (b)(2) $500,000.00, Para 3, 30 days); FAR 52.216-22 Indefinite Quantity (Para d, September 10, 2007 with one option year); FAR 52.216-18 (para 1, Date of Award through May 11, 2009 with one option year); FAR 52.216-27, Single or Multiple Awards; Evaluation Exclusive of Options; and, 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: Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1c. Past Experience: List contracts that are of comparable size, complexity and similar; and, provide references demonstrating previous experience for providing instructor to teach college courses. 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. The due date for receipt of proposals is May 5, 2008; 9:00am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, suite 347, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a67c2f3b817cd5b2279ee6a0b481ddc9&tab=core&_cview=1)
- Record
- SN01560138-W 20080426/080424215607-a67c2f3b817cd5b2279ee6a0b481ddc9 (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 |