SOLICITATION NOTICE
U -- On-site professional educational development and technical assistance.
- Notice Date
- 9/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
- ZIP Code
- 20191
- Solicitation Number
- D36N1912014
- Response Due
- 9/30/2011
- Archive Date
- 9/21/2012
- Point of Contact
- Darren Nutter Contract Specialist 7033906478 darren.nutter@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, D36N1912014, 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 Contractor shall provide all travel, supplies, materials, and personnel to provide on-site professional development and technical assistance to Seba Dalkai Boarding School to support the BIE Reads Program for School Year 2011-2012 for 15 days (by 1 facilitator) in accordance with the Statement of Work. NAICS 611710. Statement of Work: Background - Seba Dalkai Boarding School is a Bureau of Indian Education elementary school located 41 miles north of Winslow, Arizona. In school year 2008-2009, the school failed to meet the Annual Yearly Progress (AYP), and was placed on SI-1; 2009-2010 school year, it again failed in meeting Annual Yearly Progress (AYP) and was placed on SI-2. By not meeting AYP for two consecutive years, Seba Dalkai Boarding School qualified to receive BIE-Reads funding. In an effort to improve, Seba Dalkai is seeking an external technical assistance provider, with a proven program in increasing student achievement in reading. Scope- The proposed contractor shall provide on-site professional development and technical assistance to support the teachers in meeting the goals of the BIE Reads Program. This on-site support will include implementation of the core programs and interventions, instructional observation, coaching and debriefing, data analysis and support, and on-going professional development in the core reading program adopted by Seba Dalkai Boarding School. Objectives- The primary objectives for the contractor are to provide innovative practices that support student learning. Requirements for each visit will include the following: 1.Conduct a walk-through in all classrooms to observe and provide technical assistance to staff on implementation of core and intervention programs. 2.Support the use of data through data walls, folders and staff data notebooks.3.Provide professional development to staff, principal, and reading coach by careful monitoring and assessment.4.Monitor and review strong instruction, proper planning, and delivery of interventions for all students (benchmark-strategic and intensive). 5.Support the strong implantation of the RTL model to ensure that students are receiving the essential and required services. 6.Build leadership capacity for reading coach and principal.7.Monitor collaboration (professional Learning Communities) of teams to ensure that data dialogue is occurring on a regular and systematic basis. 8.Support and monitor all aspects of the action plan for BIE Reads program. Tasks- The Contractor shall:a.Provide a total of 15 visits by 1 facilitator. The visits shall be as follows: 2 days in October, 2 days in November, 2 days in January 2012, 2 days in February 2012, 2 days in April 2012, 5 days in May - June 2012. b.Conduct a Beginning of the year (BOY) data review for NWEA, DIBELS, Core program and AIMSweb. c.Complete data walls and update pacing calendars.d.Conduct Intervention Review & support for grouping and monitoring of progress.e.Initiate a Middle of the (MOY) data review of NWEA, DIBELS, Core program and AIMsweb and review school-wide action plan.f.Provide Professional Development TOD g.Provide Technical Assistance and Professional Development Action planning and support. Review of guidelines and expectation for DPA visitsh.Conduct (EOY) data review of NWEA, DIBELS, Core program and AIMSweb results and compare for improvements. Government-Furnished Property- Meeting rooms and equipment, data related to BIE Reads Program, and textbook materials shall be provided by Seba Dalkai Boarding School. School duplicating machines and paper may be used to meet reading/teaching staff needs identified during the course of the classroom observations and discussions with the principal and reading coach. 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- The on-site visits shall occur at Seba Dalkai Boarding School. The written reports may be completed off-site. Period of Performance. October, 2011 through June, 2012. Delivery- There shall be a total of 15 days of on-site visits to the school during the SY2011-2012. These monthly visits can be adjusted to accommodate 14 days over the course of the period of performance. Travel - The Contractor will be reimbursed for travel to provide support at Seba Dalkai Boarding School. 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. 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 along with a copy of their applicable licenses. Proposed staff must have experience working with the Bureau of Indian Education Schools. 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. 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 for the following: 0001: Professional Services Days Total Cost($___/hr) x ___ hrs/day = $_____/day)x 15 days = $_________0002: Travel (Not-to-Exceed) Days (_____ miles x $.51/mile) 15 days = $_________ 0003: Airfare/Lodging (if needed) =$__________ 0004: Materials (if needed) =$__________ TOTAL: CLIN 0001-0004 =$_________ 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 Darren.nutter@bia.gov in Word or compatible read-only format. Quoters shall also reference the RFQ number in the subject line of their quote. The Due date for question submission is on or before 12:00 pm Eastern Time, Tuesday, September 27, 2011. e.Quote Submission: Quotes must be submitted electronically via e-mail to Darren.nutter@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 12:00 pm Eastern Time, Friday, September 30, 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. 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 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.219-8 Utilization of Small Business Concerns (Oct 2000); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009);FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 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/D36N1912014/listing.html)
- Place of Performance
- Address: Seba Dalkai Boarding SchoolWinslow, AZ
- Zip Code: 86047
- Zip Code: 86047
- Record
- SN02588232-W 20110924/110922235421-3db886362031f4680c99b34c9fd2ebe1 (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 |