Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOLICITATION NOTICE

U -- U-Bureau of Indian Education Principal Leadership Academy Technical Assistance and Professional Development Support

Notice Date
7/11/2012
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
A12PS01753
 
Response Due
7/27/2012
 
Archive Date
7/11/2013
 
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
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation, Principal Leadership Academy Technical Assistance and Professional Development Support, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 611710 Education Support Services and the business size maximum is $7.0 Million. This acquisition is solicited under full and open competition. The resultant contract will be awarded as a single firm fixed price contract as defined in FAR 16.202 with a base year and one option period. The Base Period of Performance (POP) shall be from September 1, 2012 to August 31, 2013. If the government chooses to exercise the one option period, it will be from September 1, 2013 to August 31, 2014. PERFORMANCE WORK STATEMENT C.1 BACKGROUND Under the provisions of P.L. 107-110 "No Child Left Behind" (NCLB) and the Memorandum of Agreement, between the U.S. Department of Education and the Bureau of Indian Education (BIE), the Bureau of Indian Education is designated as the State Educational Agency (SEA) for 184 instructional and residential programs in 24 states that receive funding under NCLB. The BIE provides over-site and supervision for schools funded under P.L. 95-561 that are operated by the BIE, and tribally operated schools that are funded under the provisions of P.L. 100-297 and P.L. 93-638 that receive funding under NCLB. One-hundred percent of the students who attend BIE operated and funded programs meet the criterion for being socially and economically disadvantaged which qualifies these schools to receive funding under NCLB. The BIE has identified the need for a Principal Leadership Academy as part of a training continuum to foster and improve school principal growth and development in the dynamics and fundamentals of school leadership. C.1.2 SCOPE The purpose of the BIE Principal Leadership Academy (PLA) is to prepare principals to achieve rapid and sustained improvement of their schools by providing them with training, mentoring, and support. The training shall focus on the principal's role in setting direction, managing change, engaging people, and improving instruction. The mentoring and technical support shall ensure that training is effectively implemented into practice. The overall goal is to improve each school's performance by improving the school principal's leadership and management. The monitoring and evaluation of school programs is a legal general supervision responsibility of P.L. 93-638, P.L. 107-110, and P.L. 95-561. C.1.3 TYPE OF CONTRACT The Government intends to award a single firm-fixed price contract with a base period plus one option period. Exercising the option period is at the BIE's discretion. C.1.4 PERIOD OF PERFORMANCE The PLA program shall offer two (2), one-year sessions comprised of 50 principals each, for a total participation of 100 principals. StartEnd Base YearSeptember 1, 2012August 31, 2013 Option 1September 1, 2013August 31, 2014 C.1.5PLACE OF PERFORMANCE/HOURS OF OPERATION The Contractor performance shall occur primarily at its location. On-site work may occur on or near the 64 American Indian reservations or throughout the United States. Services shall be provided during typical business hours. Typical business hours are Monday through Friday from 9:00 a.m. to 5:00 p.m. Services shall not be required on Federal holidays or when the Government facility is closed due to local or national emergencies, weather related closings, administrative closings, or any other Government directed facility closings. Federal law (5 U.S.C. 6103) establishes the following public holidays for Federal employees. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday -- Saturday or Sunday -- the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). "January 2, 2012 -New Year's Day"January 16, 2012-Birthday of Martin Luther King Jr. "February 20, 2012-Washington's Birthday"May 28, 2012-Memorial Day "July 4, 2012-Independence Day"September 3, 2012-Labor Day "October 8, 2012-Columbus Day"November 12, 2012-Veteran's Day "November 22, 2012-Thanksgiving Day "December 25, 2012-Christmas Day The subsequent federal holidays for 2013, will follow the U.S. Office of Personnel Management schedule established by federal law, (i.e. www.opm.gov/operating_status_schedules/fedhol. The Contractor must maintain an adequate work force for the uninterrupted performance of all tasks defined within this performance work statement. This statement does not negate any contractor requirement to travel on federal holidays in order to meet successful performance of services requested under the contract. SECTION C.2 - DEFINITIONS AND ACRONYMS As used throughout the PWS, the following terms and acronyms shall have the meaning set forth below and specified as applicable. C.2.1 PRINCIPAL LEADERSHIP ACADEMY (PLA): A results-oriented training program designed to teach and prepare principals in achieving rapid and sustained improvement of their schools by providing them leadership and management skills through training, mentoring, and support. C.2.2 BIE: Bureau of Indian Education C.2.3 EDUCATION LINE OFFICER (ELO): The senior federal programs manager for schools and dormitories that are BIE operated or tribally operated within the respective education line office area of responsibility. C.2.4 EDUCATION LINE OFFICE STAFF: Staff who work under the supervision of the education line officer. The staff members represent a number of professional disciplines necessary for the management of the BIE schools and dormitories. C.2.5 SCHOOL WIDE PROGRAM: A program, for the operation of a school, developed by the school under the provision of Section 1114, NCLB. C.2.6 COR: Contracting Officer's Representative C.2.7 FEDERAL RECORDS MANAGEMENT SCHEDULE: The process, procedure, and protocol required by the U.S. Department of the Interior for management of all electronic and paper records generated as a result of implementation, management, and accountability process for Federal Government programs. C.2.8 ASSOCIATE DEPUTY DIRECTOR (ADD): A senior supervisor who is a member of the Senior Executive Service and operates under the direct supervision of the Director of the BIE. C.2.9 NATIVE STAR RAPID SCHOOL IMPROVEMENT INDICATORS: An on-line model of Indistar, which is a tool that comprises 99 Rapid School Improvement Indicators that is aligned with the provisions of P.L. 107-110 NCLB. C.2.10 NORTHWEST EDUCATION ASSOCIATION (NWEA): NWEA is an education consultant firm located in Portland, OR that developed a formative assessment model which provides schools with up to three yearly assessments with student achievement data and analysis of the data. The program also provides the schools with recommendations to improve student achievement. C.2.11 DIBELS, the Dynamic Indicators of Basic Early Literacy Skills (DIBELS): A set of procedures and measures for assessing the acquisition of early literacy skills from kindergarten through sixth grade. They are designed to be short (one minute) fluency measures used to regularly monitor the development of early literacy and early reading skills. C.2.12 ACADEMY PLAN: As part of the Principal Leadership Academy, this plan shall identify the need for training, mentoring and support for principals as required by P.L. 107-110, NCLB. C.2.13 NO CHILD LEFT BEHIND (NCLB): a supplemental program with funding to provide educational and other support services for socially and economically disadvantaged Indian students in 23 states. It is also referenced as Public Law 107-110. C.2.14 MENTOR: The mentor will be identified and appointed by the ADD. The mentor may be a BIE employee, or an employee of a BIE grant or tribally operated school. Mentor will be required to attend Mentor Training. C.2.15 REPORTS: Unless otherwise stated in the performance task/objective/deliverable, contractor's required reports shall be submitted in softbound text 8.5 X 11 inches to the Principal, ELO, and ADD. Contractor reports for each corresponding school are to be saved onto a file on an external jump drive to be provided to the ADD and ELO quarterly. Documents to be included in reports may include: instructional documents, site visit findings, monitoring reports, corrective action plans, project reports, and other documents as requested by the COR. SECTION C.3- PERFORMANCE TASKS/OBJECTIVES/DELIVERABLES C.3.1Academy Plan: The Contractor shall develop an academy plan that shall address the need for training, mentoring and support for principals as required by P.L. 107-110 NCLB for schools in the ADD East and ADD West regions of BIE. The academy plan shall include: (1) A statement of need for mentoring and support for principals (2) Standards to be achieved by participating principals to receive certification as Rapid Improvement Leaders, including quality application of Native Star, use of NWEA and DIBELS database, completion of projects, and demonstration of leadership skills (3) Agendas for the Mentor Training, Basic Leadership Training, Mid-Year Training, and Summative Meeting (4) A description of the purpose and agenda for site visits (5) A description of project management tools and instruments C.3.2 Orientation Packet: The Contractor shall develop an orientation packet for the BIE principals participating in the PLA. The orientation packet shall be a printed document outlining the purpose of the program, the assignments, project goals, program timeline, and the standards that must be achieved to receive certification as a Rapid Improvement Leader. The Contractor shall distribute the orientation packet to the participating principals 60 days prior to the Basic Leadership Training. C.3.3Mentor Training (2 Days): The Contractor shall develop and provide two two-day training sessions for personnel who will serve as PLA Mentors. The first two-day training will be for the first cohort and the second two-day training will be for the second cohort. The training shall be conducted prior to the Basic Leadership Training. The Contractor shall develop the agenda and curriculum content for the training. The contractor shall train the PLA mentors in the process and protocol for the site visits, the administration of the instruments, and the preparation of the post-visit reports. The purpose of the site visits will be to: C.3.3.1 Determine the principal's implementation of program objectives relative to standards for certification as a Rapid Improvement Leader C.3.3.2 Make recommendations for the advancement of the principal's work relative to the PLA program. C.3.4Basic Leadership Training (3 days): The Contractor shall develop and provide a Basic Leadership Training for school principals and mentors. The Basic Leadership Training shall be three full-days of training focused on four areas: Setting direction, managing change, engaging people and improving instruction. The Contractor shall clearly communicate the expectations of the PLA year-long activities to the participants. The Basic Leadership Training shall be at a location selected by BIE. Principals and mentors will attend the training. The format of the training shall include whole-group presentations, break-out sessions, and small-group activity. The content shall include theory, research, and practice on school turnaround and rapid improvement. The materials for the Basic Leadership Training shall be developed by the contractor and provided to each participant in loose leaf form in a 3-ring binder and accompanying CD or flash drive with the same content. C.3.5 Online Project Management System: The Contractor shall provide an "online" documentation and project management system for use by the principals and mentors for the duration of the PLA. The system shall document work relative to the program and for purposes of evaluating the program. The Contractor shall provide a quarterly report identifying the progress of each principal, and provide the written report to the principal, mentor, ADD, and ELO. C.3.6 Site Visits by Mentors (1 visit; 2 days; on-site at each school): The Contractor shall establish a schedule for site visits by the Mentor to each participating BIE school. Each site visit will be a two-day site review. All site visits will occur prior to the Mid-Year Training. The Contractor shall prepare and provide the agenda and instruments necessary to conduct the site visits. [NOTE: the contract is only for the contractor, and the contractor cannot be responsible for the travel expenses of BIE employees.] C.3.7Mid-School Year Training (2 days): The Contractor shall develop and present the content for a Mid-School Year Training. Following the Basic Leadership Training, the principals and mentors will meet for a two-day Mid-School Year Training led by instructors provided by the Contractor. The Mid-School Year Training shall reinforce the practices learned at the Basic Leadership Training and put in place by principals, processes for constructive sharing of experiences among principals, assessment of progress, and modification of plans for the remainder of the school year. C.3.8Summative Meeting (2 days): The Contractor shall develop and provide the content for a summative meeting. The principals and mentors will meet for two days at the conclusion of the year-long project. The principals will present their portfolios, plan the next steps, and participate in a graduation ceremony for those meeting the certification criteria. C.3.9 Communication: The Contractor shall ensure that all information, data, reports, and the status of principals and schools is conveyed to the Associate Deputy Directors, Education Line Officer, and Education Line Office. For example; instructional documents and student academic accountability documents necessary for the site monitoring validation visit. The communication and documents shall be approved by the COR. C.3.10 Technical Assistance: The Contractor shall provide technical assistance to the mentor and the school in developing a plan to address recommendations as a result from the site visit findings. As a result of the mentor's findings at the site visit, the contractor shall provide a written plan/response with recommendations for the continuation and improvement of the principal's project, as needed. The plan shall be provided to the ELO and ADD, in conjunction with the principal and assigned mentor. The technical assistance shall be based upon the standards for certification as a Rapid Improvement Leader. The process shall have the Native Star on-line Rapid School Improvement Indicator program and the NWEA assessment program integrated into it. Schools, mentors, and dormitories shall be provided the results of the site visit within 15 working days with recommendations for the next steps to be implemented, and shall include documentation, evidence, and timelines. Copies shall be provided to the ADDs and ELOs. C.3.11 Monitoring Report: The Contractor shall collaborate with the PLA Mentor to provide a draft site visit report and a recommended action plan for each principal within 20 calendar days following the site visit. The draft report will be reviewed by the Associate Deputy Director of the respective ELO and must be signed and mailed to the school principal. The report and recommended action plan shall be the official notification to the principal of the results and findings of the visit and the recommended action plan. Upon receipt, the principal shall have 10 calendar days to respond to the recommended action plan and to develop an implementation schedule to carry out the recommended actions. Upon agreement by the principal and the ADD the corrective action plan implementation schedule shall be signed by the principal and the ADD. C.3.12 Corrective Action Plan Technical Assistance: The Contractor shall provide technical assistance to the principal for implementing the corrective action plan. C.3.13 Online Desk Monitoring: As part of the online project management system the Contractor shall provide a schedule of the online desk monitoring process to track the implementation of the corrective action plan six months after the principal and ADD signed the corrective action plan. C.3.14 Reporting: The Contractor shall provide reports for all desk monitoring and on-site visits in a format based upon reporting requirements for NCLB and BIE fiscal and management requirements. Reports will be submitted to the principal, ELO and ADD. Final reports shall be approved by COR. C.3.15 Quarterly and Annual Reports: The Contractor shall provide quarterly and annual reports on all activities and shall provide a comprehensive report for the contract within 60 days of completion of the contract. INSTRUCTIONS TO OFFERORS: All offerors shall submit proposals consisting of a separate (1) Technical, and (2) Cost volume. The volumes shall be labeled as follows: Volume I Technical Proposal, and Volume II Cost Proposal. Each volume is to be separate and complete in itself so that evaluation of one can be accomplished independently of the 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: TECHNICAL EVALUATION CRITERIA Factor 1: Knowledge of academic leadership training as it relates to the Principal training to achieve rapid and sustained improvement of schools (25 points) Factor 2: Demonstrated past performance and experience in providing training and technical assistance in successful scientifically researched academic leadership models. References from State Educational Agencies, Post Secondary institutions and published research on academic leadership. (25 points) Factor 3: Resumes of key personnel that demonstrate education, experience and recognition of the successful implementation of academic leadership training projects of this scope and magnitude. (25 points) Factor 4: Demonstrated knowledge and experience working with Bureau of Indian Education schools and Line Offices. (15 points) Factor 5: Technical and Project Management approach (10 points) Volume I - Technical Proposal. The technical proposal must discuss the proposed management approach in sufficient detail to clear and concisely demonstrate that the Offeror has an understanding of all requirements stated in the Statement of Work. The technical proposal must not contain price information; however, resource information such as data concverning labor hours and categories, materials, subcontracts, etc. must be contained in the technical proposal so that the Offerors' understanding of the detail and complexity of the requirements may be evaluated. Volume II - Price Proposal. Offerors are requested to submit a fixed price proposal that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. Offerors are requested to submit a total cost for the Base Year and Option Year. Offerors are also requested to provide detailed cost proposals for each year which will include specific labor rates, number of labor hours proposed, professional training, planning, report writing, overhead, general and administrative costs, travel, supplies, etc. All items are critical, as the Government will evaluate the Offeror's proposals for reasonableness and completeness/accuracy. An analysis will be completed on a total price basis consistent with a fixed price metholology, counting the base and option year as inclusive of the total fixed price. SUBMISSION OF QUESTIONS: Potential offerors are requested to submit their questions electronically via e-mail to Mr. Michael Perry, contracting officer, at: mike.perry@bia.gov. Offerors are requested to reference the Solicitation Number in the subject line of their questions. Technical questions will be immediately referred to the Bureau of Indian Education staff and answers will be e-mailed to all potential vendors. Contractual questions will be responded to by Mr. Perry. SUBMISSION OF PROPOSALS: Three sets of Technical and Cost proposals are to be submitted to the following address: Bureau of Indian Affairs, Albuquerque Acquisition Office, Attention: Michael Perry, Contracting Officer, 1101 Indian School Road, N.W., Suite 347, Albuquerque, NM 87104. The deadline for receipt of proposals is 4:00 p.m., Mountain Daylight Savings Time, July 27, 2012. BASIS FOR AWARD: Award will be made to 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 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 and Certifications apply to this acquisition. Offers must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their technical proposal. If the offeror does not have a copy of this provision, it can be obtained at www.arnet.gov., or www.orca.gov. Other clauses provided by reference include: FAR 52.252-02, Solicitation Provisions incorporated by reference, 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; FAR 52.212-01, Instruction to Offerors - Commercial Items; FAR 52.212-02, FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.213-02, Invoices; FAR 52.222-54, Employment Eligibility Verification; FAR 52.203-06, Restrictions on Subcontractor Sales to the Government; FAR 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 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; FAR 52.222-26, Equal Opportunity; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 239-01, Privacy or Security Safeguards; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.217-08, Option to Extend Services, and FAR 52.217-09, Option to Extend the Term of the Contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01753/listing.html)
 
Place of Performance
Address: Bureau of Indian Education1101 Indian School Road, N.W.Albuquerque, NM
Zip Code: 871042303
 
Record
SN02799318-W 20120713/120711235211-72a6ec7faee448553df8fce05224ed9c (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.