Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2011 FBO #3354
SOLICITATION NOTICE

R -- READING CONSULTING SERVICES - TOHAALI COMMUNITY SCHOOL

Notice Date
1/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
RMN00110080
 
Response Due
2/2/2011
 
Archive Date
1/28/2012
 
Point of Contact
Lynelle Benallie Contract Specialist 5058638404 lynelle.benallie@bia.gov;
 
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 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. RMN00110080 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 2005-43. This acquisition is a total small business set-aside. NAICS Code: 611710, Small Business Size Standard: $7.0 million. DESCRIPTION: Reading Consulting Services for BIE, Tohaali Community School, Newcomb, NM STATEMENT OF WORK Reading Consulting Servicesfor BIE, Tohaali Community School, Newcomb, NM 87455. Period of Performance: Date of Contract to July 30, 2011. SCOPE OF WORKSITE IMPLEMENTATION AND CONSULTATION FOR CONSORTIUM ON READING EXCElLENCEFOR TOHAALI COMMUNITY SCHOOlLOCATION: The contractor shall provide and furnish all equipment and materials, training and otherservices to coach and support for professional development to implement the CORE program to beperformed at Tohaali Community School, a Bureau of Indian Education operated schools for the NewMexico Navajo South Education line Office. Period of Performance will be from January 2011 to July2011.BACKGROUND: CORE has made Site Implementation and Consultation an essential component ofCORE expert support. Specific content is determined in consultation between CORE and TohaaliCommunity School for student achievement.NOTIFICATION/COORDINATION: Contractor shall notify Dr. Loretta Wheeler, Principal, 505-789-3201/3205 to schedule the visits. Dr. Wheeler or Head Teacher shall ensure that the contractor signsin at the front office for accountability.SCOPE OF WORK:During the site visits, the contractor will work informally with small groups of teachers,coaches, and administrators. Site visits and/or demonstration site visits provide the followingvital services:Follow-up - contractor will provide follow up consultation to the CORE Reading Academycontent and will tie the topics and content to use of the site program, Harcourt Story town,including observations, model lessons and familiarization with routines within the program.The contractor will also spend a portion of the time with the 7-8 teachers. Special focus onactive engagement activities.Mentored practice for Coaches - part of the site visit allocation is devoted to buildingexpertise of coaches and teacher leaders. The consultant mentors the coaches as they modellessons, observe and debrief teachers, conduct data study sessions, and analyze test data. Theconsultant assists the coaches to facilitate on-site collaborative conversations and developsolutions to implementation challenges.Work with Classroom Teachers - the consultant provides a number of services directly toclassroom teachers. With the local coach where available, she or he coaches classroomteachers based on direct observation and feedback. The consultant also conductsdemonstration lessons, using your adopted. The consultant works with small groups ofteachers to plan grade-level grouping and interventions based on analysis of assessment data.The consultant also works with small groups of teachers to provide review and deeperunderstanding of adopted instructional materials and/or resolve implementation issuedrelated to adopted instructional materials. The number of classrooms and teachers visitedduring anyone day depends on the priorities of the school leadership and the specific issuesthe consultant needs to address. THE BUREAU SCHOOL THAT WILL REQUIRE SERVICES IS:D31N11: Tohaali Community School at Newcomb, New Mexico, Highway 491, Navajo Route 19.Telephone: 505-789-3201/3205, Fax 505-789-3202. Principal: Dr. Loretta Wheeler. SCHOOL VISITS ARE AS FOLLOWS: A. FIRST VISIT: SITE FOLLOW UP CONSULTATION IN CLASSROOMS - 3 DAYS. CONTRACTOR WILL PROVIDE FOLLOW UP CONSULTATION TO THE READING ACADEMY CONTENT IN VOCABULARY, COMPREHENSION AND FLUENCY. WILL USE READING CORE FOCUSING ON ACTIVE ENGAGEMENT, PROVIDE MENTORING FOR COACHES AND LEADERSHIP, WORK WITH CLASSROOM TEACHERS K-8TH GRADES. B. SECOND VISIT: MENTORING PRACTICE FOR READING COACH AND HEAD TEACHER. 3 DAYS. C. THIRD VISIT: OBSERVATION CLASSROOMS AND WORK WITH CLASSROOM TEACHERS. 3 DAYS. D. FOURTH VISIT: FOLLOW UP VISIT FOR CLASSROOM. IMPLEMENTATIONS, READING COACH, HEAD TEACHER AND SCHOOL LEADERS IMPLEMENTING THE CORE PROGRAM, ANALYZE DATA ANALYSIS, CORE READING PROGRAM IMPLEMENTATION AND FEEDBACK. 3 DAYS. PROPOSAL LINE ITEMS: 1. Reading Consulting Services for Tohaali Community School, 12 visits @ $_______________ per day = $_______________. 2. Travel Costs: $_______________ 3. TOTAL COST: $ ___________________ Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: FAR 52.219- Notice of Total Small Business Set Aside; FAR 52.222-3 Convict Labor; FAR 52.232-36 Payment by Third Party; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 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 Requirement; Federal Travel Regulations. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, by close of business, 4:30 P.M., Local Time, February 2, 2011. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: lynelle.benallie@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contracting Officer, at (505) 863-8404, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMN00110080/listing.html)
 
Place of Performance
Address: BIE, Tohaali Community School, Newcomb, NM
Zip Code: 87455
 
Record
SN02368499-W 20110130/110128233826-97fbee1d5c6c256c2596f3574b036e60 (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 |
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.