SOLICITATION NOTICE
U -- ARRA REQUIREMENT - Onsite Reading Consultant for Kayenta Community School
- Notice Date
- 8/18/2011
- Notice Type
- Presolicitation
- Contracting Office
- BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
- ZIP Code
- 20191
- Solicitation Number
- RAPR0110115
- Response Due
- 8/29/2011
- Archive Date
- 8/17/2012
- Point of Contact
- Cari Fraser Contracting Officer 7033906348 cathleen.fraser@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 the format in FAR 12.6 and FAR 13, 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. Quoters are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation, RAPR0110115, is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition is a total small business set-aside. The NAICS code is 611710. The Contractor shall provide On-Site Reading Consulting Services at Kayenta Community School in Kayenta, Arizona 86033 for School Year 2011-2012 from date of award through 5 months (2 days per month for 5 months for a total of 10 days) in accordance with the Statement of Work. RECOVERY: This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009, Pub. Law 111-5 and is subject to reporting requirements of the Act. TAS No. 14/2101. Special Reporting Requirements: The Contractor shall register and report all project information as listed in FAR Part 52.204-11, using the online reporting tool available at www.federalreporting.gov. Statement of Work: Background: The Bureau of Indian Education (BIE), Navajo Nation, serves as a branch of the state education agency (SEA) for several elementary and secondary schools and dormitories serving the Navajo Reservation students located in the states of Arizona, New Mexico, and Utah. The Statement of Work calls for a Contractor to assist Kayenta Community School in implementing the special education and related services as authorized under P.L. 108-446 Individualized with Disabilities Education Improvement Act (IDEIA). The purpose of IDEIA program is to improve academic achievement of students with disabilities and introduce strict accountability measures to hold schools, districts, and states responsible for the academic results of students with disabilities. Approximately 49 schools will be funded Part B Funds through a formula based process to provide special education and related services for eligible children with disabilities. Objective: The Contractor shall assist the school by working with teachers in grades K-8 to: raise the level of student reading achievement; provide support for the reading coach, academic department head and principal; ensure adequate yearly progress for students; and train academic staff in strategies to ensure student success in future years. Scope of Work: Kayenta Community School is a Restructuring School and has been in the System of Support (SOS) program and the BIE Reads program. The school is focused on improving student achievement in reading. An external technical assistance Contractor, with a proven program in increasing student achievement, is needed to guide the improvement process. Kayenta Community School has adopted a new reading series, HMR Journeys for grades K-6th and Holt McDougal for grades 7-8 and needs training and technical assistance in implementing and enhancing the program. Teachers need additional guidance and mentoring to implement the program more explicitly and with fidelity. Reading support is needed for teachers in grades K-8, the reading coach, department heads, and the principal. Tasks: The Contractor shall: 1.Provide a total of 10 days (2 days per month for 5 months) of on-site visits by one (1) facilitator.2.Visit reading block instructional time, provide debriefing with teachers and reading coach, and provide reports to the principal.3.Provide Best practices for direct reading instruction.4.Assist with the implementation of the new Core Reading program (HMR Journeys for K-6th and Holt McDougal Literature for 7th & 8th grade teachers).5.Provide reading coaching strategies for the reading program.6.Provide leadership strategies and tools for management & fidelity when implementing the reading program.7.Create an agenda and submit to the school for review prior to each on-site visit. (May be completed off-site).8.Provide the school with a written summary report of the on-site visit and professional development activities. (May be completed off-site). Period of Performance: 5 months from date of award (2 days per month for 5 months for a total of 10 days). Government Furnished Property: Meeting rooms, equipment, student data for reading, and reading materials will be provided by Kayenta Community School. Security: The Contractor shall sign-in as a school visitor and obtain a visitor pass each day. The Contractor shall maintain security and confidentiality of student and school test score data. Place of Performance: On-site visits shall occur at Kayenta Community School in Kayenta, AZ 86033. The written reports may be completed off-site. Instructions to Quoters: All Quoters shall submit a quote consisting of a separate technical and price volume. The volumes shall be as follows: Volume One: Technical Quote and Volume Two: Price Quote. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. a. Basis of Award The Government will make an award based upon best-value. Technical factors as a whole are more important than price. The evaluation factors are as follows in descending order of importance: 1. Qualifications and Experience of Proposed Personnel2. Technical Approach3. Past Performance b. Volume 1: Technical Quote The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Quoter has an understanding of all requirements specified in the Statement of Work. The technical quote shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc. must be contained in the technical quote so that the Offeror's understanding of the detail and complexity of the requirements may be evaluated. b.1 Qualifications and Experience of Proposed Personnel The Contractor shall demonstrate that current and proposed staff has an appropriate range of relevant academic and applied experience. The technical quote shall contain resumes of the proposed personnel. b.2 Technical Approach The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. b.3 Past Performance The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers, and other relevant information. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control, and Customer Satisfaction. Quoters should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. c. Volume 2: Price Quote The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. The price quote shall include unit and total costs for the following: 0001: On-site Reading Consultant Days Total Cost($___/hr) x __ hrs/day = $_____/day) x 10 days = $_________ 0002: Travel (Not-to-Exceed) = $_________ TOTAL: =$_________ The Contractor shall provide a complete explanation for each item detailing the rationale used in developing the cost. In addition, the Quoter shall submit supporting documentation that will facilitate the determination of whether the amounts proposed are fair and reasonable, e.g., vendor quotes for commercial-off-the-shelf products or services. These items are critical, as the Government will evaluate the Quoter's quote for reasonableness and completeness/accuracy. An analysis will be done on a "total price" basis consistent with a fixed price methodology, counting base and option periods as inclusive of the total fixed price.d.Question Submission: Questions must be submitted electronically via e-mail to Cathleen.Fraser@bia.gov in Word or compatible read-only format. Quoters shall also reference the RFQ number in the subject line of their email. The RFQ Due date (closing date) for questions submission is on or before4:00 pm Eastern Time, Tuesday, August 23, 2011. e.Quote Submission: Quotes must be submitted electronically via e-mail to Cathleen.Fraser@bia.gov in Word or compatible read-only format. Quoters shall also reference the RFQ number in the subject line of their quote. The RFQ Due date (closing date) for quote submission is on or before 4:00 pm Eastern Time, Monday, August 29, 2011. f. Basis for Award: Award will be made the Quoter whose quote contains the combination of evaluated factors offering the best overall value to the Government. This will be determined by comparing differences in technical merit with differences in price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. g. Travel: The Contractor 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. The Contractor shall be reimbursed for actual allowable, allocable, and reasonable travel costs incurred during performance of this effort in accordance with the Federal Travel Regulations in effect on date of travel.The Contractor shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008) and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter 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 52.252-1Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2010), FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Mar 2009); FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5); FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreigh Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). Department of the Interior Acquisition Regulation (DIAR): 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RAPR0110115/listing.html)
- Place of Performance
- Address: Kayenta Community SchoolKayenta, AZ
- Zip Code: 86033
- Zip Code: 86033
- Record
- SN02539740-W 20110820/110818235403-3e22d002cd714b20018403fc2c99add6 (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 |