SOLICITATION NOTICE
R -- Part-A of No Child Left Behind and Title IV, Safe and Drug Free Schools and Communities.
- Notice Date
- 2/5/2010
- Notice Type
- Presolicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RABQ5100002
- Response Due
- 2/23/2010
- Archive Date
- 2/5/2011
- Point of Contact
- Marita Roth Contracting Officer 5055633015 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- 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, RABQ5100002, 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 611710 and the business size maximum is $5.0 Million. The proposed contract is a Total Small Business Set-Aside. All small businesses shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the small business (prime). All small businesses shall comply with FAR 52.229-14, Limitations on Subcontracting. All small business sources may submit a quote, which will be considered by the Government. Background: The Bureau of Indian Education (BIE), Albuquerque Service Center (ASC), Division of Performance and Accountability (DPA) serves as the State Education Agency for 184 schools and dormitories located in 23 states. The BIE is committed to providing consistent and objective high-quality scientifically researched and/or evidenced-based technical assistance and professional development opportunities for the employees of the BIE education system. It is the ASC's utmost goal to create a safe and secure learning environment for all students and staff in BIE to foster personal growth and student achievement. Scope of Work: The contractor will provide technical assistance that will meet the needs of the schools, the dormitories, the education line offices, and other identified BIE staff. All activities must align with the requirements of the No Child Left Behind, Title IV Part-A; the Safe and Drug Free Schools and Communities Act; and all BIE guidelines. BIE mandates promote a safe, drug free, and violence free learning environment that fosters student achievement and personal growth in the full day and after school programs. All activities, including program evaluation (these must be evidenced-based or scientifically researched based). These activities must include a competency tool for participants. Contractors responding to this solicitation may be required to provide and participate in on-site, regional, and national activities that meet the requirement of the BIE, Part-A of No Child Left Behind, Safe and Drug Free Schools and Communities program. BIE will have final approval of all activities in the contract. Contractors may have their material posted on the BIE website, may have to participate in professional development activities, and may have to participate in distance learning project. BIE's goals are to create a safe and secure learning environment for the entire BIE system, so all schools would be eligible to receive services through these contracts regardless of their particular program affiliation or designation. The BIE intends to award several indefinite delivery/indefinite quantity contracts from this solicitation. Interested contractors should identify the specific objectives for which they are qualified to provide services. Timeline - The contractor must be available to provide services beginning March 1, 2010. Service provisions will be scheduled with each provider on an individual basis when determination of the required technical assistance services is made. Contractors may be identified to perform specific objectives within the scope of work given a particular area of expertise. Objectives: Multiple awards will be issue for each task; this is an Indefinite Delivery Indefinite Quantity award. The activities may be at the local, regional, and/or national level, depending on the needs of the BIE. The vendor may bid on more than one of the two tasks. All tasks are designed to promote the mission of the BIE, all students and staff will learn and work in a safe and secure learning environment. Task A. To provide technical assistance workshops in the implementation of the BIE basis training session on anti-bullying and suicide prevention for the BIE system. This will include a workshop evaluation and reports that detail all aspects of the workshop. BIE will provide the technical assistance manual and evaluation format. Task B. To develop and provide technical assistance in the implementation of the BIE advanced level training session that builds on the BIE basic anti-bullying and suicide prevention program. This may be accomplished at the local, regional or national level. This will include a workshop evaluation and report that details all aspects of the workshop. Deliverables: a. Technical assistance workshops (basic and/or advanced) that train on the implementation of the BIE's 16 hour basic and advanced Anti-Bullying, Suicide Prevention workshop. These workshops will include all material to successfully implement the training, competency exams that are based on and have referenced adult learning theories, evidenced based practices, and power points. b. A workshop evaluation report will be completed 10 business days after the workshop. The contractor will utilize the BIE evaluation report format. This will include the competency exam results/a copy of the certificate of completion, the contact information in a data base by ADD Office, Education Line Office, and School and/or dormitory. Multiple contracts will be awarded as Indefinite Delivery Indefinite Quantity (IDIQ) contracts. Task orders will be issued to contractors based upon the needed service at a particular school and/or for a particular training or technical assistance session being conducted by the BIE. This is a partial year contract with an option for renewal for Year 2 and Year 3. The Period of Performance (PoP) shall be from March 1, 2010 to September 30, 2010 for the base year. The option year PoP shall be from October 1 to September 30 for each subsequent year. Responsibilities of the Provider: 1. Meet with the Contracting Officer's Technical Representative (COTR) to receive project orientation and review timeline and deliverables within one month after award of the contract. 2. Make appropriate travel arrangements including payment of costs to be reimbursed upon completion of work assignments for on-site visits/technical assistance to schools and/or for assistance with local, regional, and national technical assistance sessions. 3. Provide written reports and other documentation of services (i.e., evaluation forms, attendance sheets, etc.) for specific services as requested by the COTR. Written reports must be submitted to the COTR within 10 days of on-site visits. Reports should include information on objectives accomplished, program strengths and areas of needed improvement/concerns. 4. Develop and/or provide all materials for technical assistance. When requested, provide copies of materials to be used in professional development/technical assistance activities for review/approval by the COTR prior to the scheduled dates of service. 5. Meet with the COTR as requested to review program implementation. 6. On-site consultants must complete BIE security clearance procedures. Required Qualifications of Expert Provider: Contractors proposing to bid on this solicitation must meet the following expert qualifications: a. Must demonstrate experience in working with American Indian (AI) student populations from high poverty backgrounds. This includes reservations, urban populations, and or other AI programs and organizations. b. Must demonstrate knowledge, experience, and understanding of adult training and learning theories (including documented best practices). Must list professional development provided that best demonstrates the level of expertise utilizing adult learning theories and the level of impact it had on the AI participants (at a minimum list 5 examples). c. Must demonstrate knowledge, experience, and understanding of indigenous evaluative methods for quantitative and qualitative approaches to evaluating substance abuse and violence prevention programs. Must provide examples of work completed in this area and the outcome of the evaluation (at minimum list 5 examples). Please include your DUNS Number, CAGE Number (obtain at www.ccr.gov) and TAX ID Number when submitting your quote. Please provide a breakdown of your costs. The Offeror shall provide an hourly rate for the base and two one year option periods and an estimate for your travel costs which shall be reimbursed at the actual travel costs in accordance with the Federal Travel Regulations. Offeror must 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. The full text may be found at www.acquisition.gov/far. Offerors must include a completed copy of the provision FAR 52.212-03, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, it may obtained at http://www.acquisition.gov/far. The following clauses apply to this acquisition. FAR 52.252-01 Solicitation Provisions Incorporated by reference and FAR 52.252-02 Clauses Incorporated by Reference. FAR 52.212-04 Contract Terms and Conditions-Commercial Items (MAR 2009). FAR 52.212-05 (SEP 2009) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.203-06, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-04, Limitations on Subcontracting (DEC 1996); FAR 52.222-03 Convict Labor, FAR 52.233-03 Protest after Award, FAR 52.222- 19 Child Labor-Cooperation with Authorities and Remedies, 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 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-I 7 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; Travel Costs Clause; FAR 52.217-3 Evaluation Exclusive of Options (APR 1984), FAR 52.217-8 Option to Extend Services (NOV 1999), FAR 52.217-9 Option to Extend the Terms of the Contract (MAR 2000); and, FAR 52.212-01, Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-02, Evaluation-Commercial Items (JAN 1999), FAR 52.229-10 State of New Mexico Gross Receipts and Compensating Tax (APR 2003), FAR 52.222-54, Employment Eligibility Verification (JAN 2009); and 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12). 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 but still staying within budget. The Evaluation Factors are: 1. Technical Capability. (1a) Technical Excellence: Describe ability to meet required qualifications of expert provider section of the Statement of Work (SOW). (lb) 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. 2. Price, and 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. The due date for receipt of quotes is February 23, 2:00 PM Local Time (MDT). You may mail your quote to DOI/BIA, Albuquerque Acquisition Office, PO Box 26567, Attention: Marita Roth, Contract Specialist, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019. If you intend to send your package by express service please send to DOI/BIA/Albuquerque Acquisition Office, Attention: Marita Roth, 1001 Indian School Road, Suite 347, Albuquerque, NM 87104-2303.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ5100002/listing.html)
- Place of Performance
- Address: DOI/BIE/Division of Performance and Accountability,Albuquerque Service Center1011 Indian School RoadAlbuquerque, NM
- Zip Code: 871042303
- Zip Code: 871042303
- Record
- SN02058988-W 20100207/100205234842-3773257c6a92fc3f611d093c991d3904 (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 |