SOLICITATION NOTICE
U -- On-site Consultation, professional development, and technical assistance services for classroom teachers, education technicians and administrators at Bureau of Indian Education's Aneth Community School
- Notice Date
- 10/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- A12PS00089
- Response Due
- 11/15/2011
- Archive Date
- 10/26/2012
- Point of Contact
- Michael D. Perry Contracting Officer 5055633120 ;
- 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
- On-site consultation, professional development, and technical assistance services for classroom teachers, education technicians, and administrators. The purpose is to improve academic achievement for all students in the areas of reading to increase student proficiency and achievement and to achieve Adequate Yearly Pogress (AYP) in Reading. 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 solicitation will not be issued. This solicitation, for Reading consultant services is issued as a Request for Quotation (RFQ). The North American Industry Classification (NAICS) code is 611710, and the business size maximum is $5 million. This acquisition is solicited as a 100% 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 prime contractor. All small businesses shall comply with FAR 52.219-14, Limitations on Subcontracting. All responsible small businesses may submit a quote, which will be considered by the Government. Resultant contracts shall be awarded on a a fixed-priced basis. The performance period shall be from December 1, 2011, to June 30, 2012. The Government plans to make a single contract award. BackgroundAneth Community School (ACS) serves a branch of state education agency (SEA) for several elementary schools and dormitories serving the Navajo Reservation students located in the states of Utah, Arizona and New Mexico. ACS is a Pre-Kindergarten through Sixth grade elementary/boarding school with 166 students, 14 teachers and 5 education technicians. ACS academic staff have been focusing on achieving AYP in Reading.Section 1: ScopeThe statement of work calls for on-site consultation, professional development, and technical assistance services for classroom teachers, education technicians and administrators. The purpose is to improve academic achievement for all students in area of reading. 1.1Description of Tasks1.1.1Planning"Provide professional development in the Core Reading Program.oThe Consultant will collegially plan and design model lessons within the Core Reading Program,oActively participate and observe teachers' strategies in lesson delivery and provide relevant and constructive feedback to further instructional delivery."Provide instruction on the 3 Tier Reading Program as outlined by BIE FOCUS."Provide data analysis and progress monitoring instruction.oActively go over current state assessment data and progress monitoring data to target delivery of lessons to reach all learners.1.1.2Design"Work with Education Specialist on documenting and designing school wide goals, grade level goals and individual student goals using triangulated data from in program monitoring, progress monitoring and state assessment."Work with Education Specialist in documenting and designing course adjustments to improve direct instruction to targeted students in need.1.1.3Test"Guiding all teachers and coach in developing formative testing applications to daily monitor student learning and understanding.1.1.4Deploy and Support"Work with Education Specialist in the deployment of reports and data into all environments."Provide on-going support on historical data to support:oEffective and Engaging lessons developed upon student progress monitoringoTo determine areas of strengths within teacher delivery and focus on weak areas to improve instructionoTo report all findings and work with Education Specialist to make relevant and pertinent recommendations in lesson delivery. Section 2: Places of PerformanceAll tasks shall be completed on site at the Aneth Community School, East Highway 162, San Juan County Road (SJCR) 466, Aneth, Utah with mailing address of PO Box 600, Montezuma Creek, Utah 84534 from 8am - 4pm (8 hours/day). All travel shall be in accordance with the JTR established by General Service Administration.Section 3: Period of PerformancePeriod of performance shall be from beginning of school year, December 1, 2011 to June 30, 2012.Section 4: Project Artifacts/Deliverables4.1Deliverable - ReportsThese will be written reports to the Education Specialist outlining accomplishments, documenting issues, and identifying risks. All deliverables will be submitted to the Principal and/or Education Specialist 4.2Deliverable - New ReportsThis deliverable includes all new agreed-upon reports that will need to be developed to support assessments, data analysis, interventions and goals setting. New reports will be identified during the course of the contract. 4.3Deliverable -Plan (N/A) 4.4Inspection and Acceptance CriteriaFinal inspection and acceptance of all contractor-specific deliverables will be performed at the place of delivery by the COR.4.5General Acceptance CriteriaGeneral quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work.Accuracy-Work products shall be accurate in presentation, technical content, and adherence to accepted elements of style.Clarity-Work products shall be clear and concise. Any and all diagrams shall be easy to understand and be relevant to the supporting narrative.Consistency to Requirements-All work products must satisfy the requirements of this statement of work.Format-Work products shall be submitted in hard copy where applicable and in media mutually agreed upon prior to submission. Hard copy formats shall follow any specified directives or manuals.Timeliness-Work products shall be submitted on or before the due date specified in this statement of work or submitted in accordance with a later scheduled date determined by the government. INSTRUCTION TO OFFERORS All offerors shall submit a quote consisting of a separate (1) technical approach volume and (2) 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. 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. a. Qualifications and Experience of Proposed Personnel; b. Technical Approach, and c. Past Performance. Volume 1: Technical Quote. The technical quote must discuss the proposed management approach in sufficient detail to clearly and concisely demonstrate that the Offeror 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. 1.a. 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 as well as licensures. The technical quote shall contain resumes of the proposed personnel along with a copy of their applicable licenses. 1.b. Technical Approach. The Contractor shall describe its technical approach to accomplish each of the tasks delineated in the Statement of Work. 1.c. Past Performance: The Contractor shall provide recent and relevant contracts for the same or similar items, contract numbers, points of contracts 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. Offerors should note that Past Performance related to the "quality" and how well a Contractor performed the services under a contract. Volume 2: Price Quote. The Offeror shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. All items are critical, as the Government will evaluate the Offeror's proposal for reasonableness and completeness/accuracy. An analysis will be completed on a "total price" basis consistent with a fixed price methodology, counting base and option periods as inclusive of the total fixed price. Questions Submission: Questions must be submitted electronically via email to mike.perry@bia.gov. Offerors shall also reference the Solicitation number in the subject line of their questions. Proposal Submission: Proposals must be submitted in two hard copies to BIA, Albuquerque Acquisition Office, Attn: Michael Perry, 1001 Indian School Road, Ste 347, Albuquerque, NM 87104. Offeror shall reference the Solicitation number in the subject line of their proposal. The Proposal response date is November 15, 2011. Basis of Award: Award will be made the Offeror whose proposal 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 texts. 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; www.orca.gov, or contact the CO to receive a copy. FAR 52.252-02 Solicitation Provisions Incorporated by reference; Clauses Incorporated by Reference, 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12); 1452.204-70 Release of Claims - Department of the Interior, 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 52.212-01 Instructions to Offerors - Commercial Items; 52.212-02 Evaluation - Commercial Items; 52.212-03 Offeror Representations and Certifications - Commercial Items; 52.213-02 Invoices; 52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-08 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33 FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.23 2-36 Payment by Third Party; 52.239-01 Privacy or Security Safeguards. Provisions in full text: 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; 52.217-08 Option to extend Services;
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00089/listing.html)
- Place of Performance
- Address: DOI/BIE Aneth Community School, East Highway 262, CR 466, P.O. Box 600, Montezuma Creek, UT
- Zip Code: 845340262
- Zip Code: 845340262
- Record
- SN02614081-W 20111029/111027234516-6bbde5d03bb43352793f6de7df3a1892 (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 |