SOLICITATION NOTICE
U -- U - Reading Developer FOR DENNEHOTSO BOARDING SCHOOL
- Notice Date
- 7/11/2012
- 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
- A12PS01801
- Response Due
- 7/16/2012
- Archive Date
- 7/11/2013
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- 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. A12PS01801 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 2005-58. Total small business set asides, NAICS Code: 611710. Size standards in millions of dollars $7.0. Dennehotso Boarding School Statement of Work Reading Professional Development 1.0 Background- Dennehotso Boarding School is a restructuring school in the System of Support program and BIE Reads! As such, the school is focused on improving student achievement in reading. An external technical assistance provider, with a proven program in increasing student achievement, in providing professional development to ADD-Navajo operated schools, and experience as a BIE funded school administrator supervising Reading First/B1E Reads programs at a school level, is needed to guide the improvement process and understand the convoluted BIE requirements for BIE Reads. Dennehotso Boarding School began working with Byrne and Associates with teachers for grades K-8 during the school year. Teachers for these grades are familiar with the Byrne and Associate style of presentation and with the goals presented by Byrne and Associates. The external technical assistance provider is very knowledgeable of the school's reading program and levels of instructional staff capabilities. The external technical assistance provider has provided the teachers and education technicians with professional development that is custom designed for Dennehotso Boarding School's teachers of reading, for the reading coach and for the principal. The school is fully implementing a Story Town, a new CORE reading program, and Intervention Station, a new reading intervention program, for the school year. The current external technical assistance provider has started the professional development to pilot these two programs during the school year. To provide effective continuity of professional development, the school wishes to utilize the current external technical assistance provider to complete full implementation from the knowledge base that has been developed for teachers, education paraprofessionals, reading coach and principal during the spring. 2.0 Scope- The scope of work for the external technical assistance provider will be to provide professional development and technical assistance to Dennehotso Boarding School to support the effective implementation of a new CORE reading program, Story Town, the new reading intervention program, Intervention Station, and the Reading Mastery program as required in the BIE Reads! And Systems of Support initiatives. Inclusive in this professional development is data analysis for reading, coaching of the reading coach, mentoring the principal, alignment of reading programs with special education services, and coordination of the three tiered model for use with Story Town and Intervention Station. On-site school consultation visits are needed at Dennehotso Boarding School during the school's academic year to observe reading program and intervention programs, provide professional development designed to meet identified needs of teachers based on observations, reading coach's skills development, and principal's effectiveness as the instructional leader. The professional development will develop teacher instructional effectiveness, reading coach skills as a coach, principal instructional leader skills, and data analysis to assess the effectiveness of the reading program. An additional requirement of the program is that the external technical assistance provider files comprehensive reports with the BIE's Division of Performance and Accountability. Excellent writing skills are a must. 3.0 Objectives: The External Technical Assistance Provider will meet these objectives: 3.1 Support school leadership by providing coaching of the reading coach and principal to enhance their reading leadership skills. 3.2 Provide professional development resulting in successful implementation of the Story Town CORE reading program and the Intervention Station reading intervention program. 3.3 Development of teachers of reading instructional skills to increase and maintain student engagement during reading classes. 3.4 Increase teachers of reading, reading coach, and principal's understanding and use of NWEA, DIBELS, Story Town, Intervention Station and Phonics Screener data to assess student progress and to identify students for tiered group instruction. 3.5 Based upon the external technical assistance provider's experience as a BIE funded school administrator for the ADD-Navajo, guide the school through the BIE Reads and System of Support program requirements so the school maintains necessary records and program implementation to be eligible for continued funding by these programs. 3.6 Assists the school in development of a school wide reading program and a targeted reading program to support the needs of struggling readers. 3.7 Advice school leadership regarding the development of instructional reading strategies that will increase student reading skills resulting in increases in student performance on the Arizona Instrument to Measure Standards, the NCLB state mandated reading assessment in Arizona. 4.0 Tasks- The external technical assistance provider will: 4.1 Provide a total of 20 days of on-site visits by 1 facilitator. The visits will be between July 1, 2012 and June 3D, 2013. 4.2 Provide reading instruction technical support visits. These support visits will focus on the components required in the BIE Reads! Initiative and the Systems of Support initiative. 4.3 Make classroom observations and debrief with school leadership, coaching the principal in research-based leadership best practices, and coaching the reading coach and reading teaching staff in research-based best practices for instruction aimed at annual and catch-up growth in reading skills. 4.4 Facilitate data analysis, instructional co-planning, scheduling, and instruction appropriate to support effective implementation of each of the levels of the 3-tier model. Modeling for staff will be provided as appropriate. 4.5 Provide detailed reports, including explicit follow-up tasks, will be provided after each visit. 4.6 Provide professional development for all staff and for targeted staff needs to support the effective implementation of action planning, including the 3-tier model, integrated preparation for the AIMS test and other topics as needed. 4.7 Guide the school through the full implementation of Story Town and Intervention Station including the use of the Ashlock program with Story Town. 4.8 Advice the reading coach and principal regarding the school wide reading program and the targeted reading program. 5.0 Delivery-On-site visits to the school during the SY2012-13. There will be a total of 20 days of visits occurring. 6.0 Government-Furnished Property- Meeting rooms and equipment, student reading data for core and intervention programs, summative reading evaluation data, and textbook materials will be provided by Dennehotso 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. 7.0 Security-The External Technical Assistance Provider will be expected to sign-in as a school visitor and obtain a visitor pass each day and will maintain security and confidentiality of student and school test score data. 8.0 Place of Performance- The on-site visits will occur at Dennehotso Boarding School. The written reports may be completed off-site. 9.0 PERIOD OF PERFORMANCE: BASE YEAR Award date to July 31, 2013 OPTION YEAR 1 August 01, 2013 to July 31, 2014 OPTION YEAR 1 August 01, 2014 to July 31, 2015 OPTION YEAR 1 August 01, 2015 to July 31, 2016 OPTION YEAR 1 August 01, 2016 to July 31, 2017 SECTION D Performance evaluation will be performed at the end of each school year. The evaluation will be completed at the school by the government representative. This form is the only performance evaluation that will be accepted by the Contracting Officer. The evaluator's signature shall be legible and printed on the form. If the government representative will complete a performance evaluation prior to last day of work, for work the performed under this contract. The government representative will review the performance evaluation with the Contractor, record Contractor comments, and obtain Contractor signature acknowledge in completion of the evaluation. The government evaluator will then give a copy of the evaluation form(s) to the Contractor at the school and submit a copy to the Contracting Officer. SECTION M FAR 52.212-02: Evaluation -Commerical Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Experience Factor IV - Familiarity of the school or location Factor V - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3.Evaluation The Government will be utilizing a best value trade off proceedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4.Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Experience Factor IV - Familiarity of the school or location Factor V - Past Performance Factor I - Technical Capability quote for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW. b)Understanding of general and local condition which can affect the SOW. c)Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW. d)Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a)Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project. b)Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. c)Submit a resume along with a letter of commitment for all key personnel. Factor III - Past Experience for similar Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. In the areas of quality, timeliness, customer satisfaction and business practices. Relevance of the offer's past project experience to this type of requirement. Factor IV - Familiarity of the school or location for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Consultant shall demonstrate the familiarity of the school or location, staff, student performance data, school needs, demographics and other key information about the population attending the local school. Factor V - Past Performance for Consultant Services, will work with and mentor the teaching staff to provide one to one teacher classroom support, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". QUOTE LINE ITEMS: (provide a breakdown) BASE YEAR A. Reading Developer, 2 DAYS @ $_______ per day x 10 months = $_______________. B. Travel Costs: $_______________ OPTION YEAR 1 A. Reading Developer, 2 DAYS @ $_______ per day x 10 months = $_______________. B. Travel Costs: $_______________ OPTION YEAR 2 A. Reading Developer, 2 DAYS @ $_______ per day x 10 months = $_______________. B. Travel Costs: $_______________ OPTION YEAR 3 A. Reading Developer, 2 DAYS @ $_______ per day x 10 months = $_______________. B. Travel Costs: $_______________ OPTION YEAR 4 A. Reading Developer, 2 DAYS @ $_______ per day x 10 months = $_______________. B. Travel Costs: $_______________ FEDERAL TRAVEL REGULATIONS: 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 52.233-03, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segreated Facilities; FAR 52.219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.232-30, Installment Payment for Cmmerical Items; FAR 52.232-33, Payment by Electronic Funds Transfer-CCR; FAR 52.232-36 Payment by Third Party; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.204-06, Data Universal Numbering System; FAR 52.216-01, Type of Contract; Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program; 1450-0016-001, Homeland Security Presidential Directive 12 (HSPD-12); 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: Mary J. Jim, by close of business, 4:30 P.M., Local Time, July 16, 2012. 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: mary.jim2@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 Mary J. Jim, Contracting Officer, at (505) 863-8257, 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/A12PS01801/listing.html)
- Place of Performance
- Address: DENNEHOTSO, AZ
- Zip Code: 86535
- Zip Code: 86535
- Record
- SN02799593-W 20120713/120711235532-3fa41af63aef03c78c792ce43abb89ef (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 |