Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

U -- Reading Intervention Service, Taos Day School

Notice Date
7/31/2012
 
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
A12PS02081
 
Response Due
7/3/2012
 
Archive Date
7/31/2013
 
Point of Contact
Yvette Washington Contract Specialist 5055633663 yvette.washington@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
Reading Intervention Service. 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 written solicitation will not be issued. This solicitation, for Reading Interventionist services is issued as a Request for Proposal (RFP). The North American Industry classification (NAICS) code is 611710 and the business size maximum is $7 million. This acquisition is being solicited under a total small business set-aside in accordance with FAR 52.219-06. All responsible small business sources may submit a proposal, which will be considered by the Government. The resultant contract shall be awarded as a firm fixed price contract. The Base Period of Performance (POP) shall be from August, 2012 to July 31, 2013 with four option periods. The Government plans to make a single contract award. Proposals shall include the following anticipated periods of performance and shall be priced according to the following CLINS: CLIN 1: Base Period, August, 2012 to July 31, 2013 $_______________ CLIN 2: Option Period One, August 1, 2013 to July 31, 2014 $_______________ CLIN 3: Option Period Two, August 1, 2014 to July 31, 2015 $_______________ CLIN 4: Option Period Three, August 1, 2015 to July 31, 2016 $_______________ CLIN 5: Option Period Four, August 1, 2016 to July 31, 2017 $_______________ Total Price: $___________________ This office is requesting proposals on the following: STATEMENT OF WORK STATEMENT OF WORK Reading Interventionist Taos Day School, Taos, New Mexico BACKGROUND: The Bureau of Indian Education serves as a branch of the state education agency (SEA) for several elementary and secondary schools in the state of New Mexico. The Taos Day School is located in Taos, New Mexico. Professional services are required for a Reading Interventionist who shall work with students who have not qualified for special education services and are below proficiency in reading fluency, reading comprehension, and listening comprehension. Students may have the mechanics of reading yet on standardized and short term assessments they fall significantly below the proficiency levels as determined by on-going educational testing. POSITION: Reading Interventionist SCHOOL: Taos Day School, 200 Rotten Tree Road, Taos, New Mexico SERVICE HOURS: It is estimated the needs of the students will be met with 37 hours of Reading Interventionist service per week, for 36 weeks during the school year. EDUCATION/EXPERIENCE REQUIREMENTS: The Reading Interventionist, although not exclusively working with special education students, must be a certified and licensed special education instructor and be capable of performing short term assessments in a structured and l methodological manner. SCOPE OF WORK: The Contractor shall provide all travel, materials, personnel, and supervision to successfully provide a Reading Interventionist at the Taos Day School. The Reading Interventionist shall collect data that demonstrates student progress and regression. Students shall be charted from areas of concerns such as phonemic awareness to morphological usage of words. The data collected drives the instruction where small ability groups can master new concepts that will be the basis of further enhancing reading fluency and comprehension. The Reading Interventionist shall perform short term assessments in a structured and methodological manner. The Reading Interventionist shall administer and score a variety of reading assessments that foster student growth. The goal of providing early reading intervention is to help the student progress to where special education services are not warranted. The Reading Interventionist shall establish small groups based on ability and performance, as well as serve students in a one to one setting when intervention strategies are not meeting the student's needs. The Reading Interventionist shall be aware of students who may need special education services and be able to make the appropriate recommendations and referrals to the Special Education Coordinator and the Student Assistance Team if more in depth testing for diagnosis reading challenges or dyslexia may exist. The Reading Interventionist shall keep service logs and lesson plans that correlate with the state adopted reading program. The Reading Interventionist shall create an exit plan for students receiving services, which include future goals towards reading mastery. The Reading Interventionist shall use scientifically based standardized reading tests at least twice a year to monitor progression and regression. The Reading Interventionist shall be knowledgeable and understanding of the unique Taos Pueblo community and culture. INSTRUCTION TO OFFERORS Instruction, Conditions, and Notice to Offerors or Respondents. This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given in full text. If the offeror does not have a copy of this provision, a copy may be obtained at the following website, http://www.acqnet.gov/far. PROPOSAL PREPARATION INSTRUCTIONS 1. Proposals: Proposals shall include company TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number. Proposals shall be submitted in accordance with the proposal preparation instructions and the SOW. 2. Questions: Interested offerors shall submit questions electronically via email to Yvette.Washington@bia.gov no later than 2:00 PM Mountain Daylight Savings Time, on August 1, 2012. Offerors shall reference the Solicitation number in the subject line of their email. 3. Submission/receipt of Proposal: The proposal due date is August 3, 2012 at 12:00 PM Mountain Daylight Savings Time. The proposal shall be packaged for delivery to permit safe and timely arrival at the destination. The proposal package shall be sent or hand delivered to the following address: BIA - Albuquerque Acquisition Office, Attn: Yvette Washington, Contracting Officer, 1001 Indian School Road NW, Ste 347, Albuquerque, NM 87104-2303. 4. Proposal Acceptance Period: Notwithstanding FAR clause 52.212-1, the proposal acceptance period is 90 days after the date set for receipt of proposals. The Offeror shall make a clear statement in the proposal cover page that the proposal is valid until this period has ended. 5. Proposal Preparation Costs: The Government is not obligated to pay any costs incurred by an offeror for the preparation and submission of a proposal in response to this RFP. 6. Faxed proposals will NOT be accepted. Electronic proposals will be accepted via email. Submissions shall be sent to: Yvette.Washington@bia.gov. Email submissions shall be limited to attachments compatible with Microsoft Office Word 2007 and/or files with a.pfd file extension. Email submissions shall not exceed 3MB total in size. Proposals submitted by Federal Express or other express mail service shall be sent in a timely manner prior to the closing date to allow for timely delivery. The Offeror is solely responsible for ensuring its proposal arrives in a timely manner. An offeror who fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f) and may not be evaluated. 7. Contents of Proposals. The contractor shall submit a written proposal to include the following: The Proposal Cover Letter is limited to 1 page. Factor 1: Past Performance - Past Performance is limited to 5 pages. A list of references is limited to 3 pages. Factor 2: Knowledge and Experience - Knowledge and Experience narrative is limited to 3 pages. The following required documents will not be counted in the Knowledge and Experience page limitation: (a) Key Personnel Resume(s) are limited to 3 pages for each person; (b) Proposals are required to include a valid copy of the respective State issued License for each therapist who will perform service in accordance with the contract. Factor 3: Technical Capability - Technical Approach is limited to 5 pages. Price: Complete CLIN structure on the Standard Form 1449. 8. The proposal shall include a completed copy of the provision; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. EVALUATION OF PROPOSALS PART A. Evaluation of Proposals 1.The source selection will be conducted in accordance with FAR Sub-Part 15.3 with the intention to award a single fixed-price contract with option periods. 2.Evaluation Scoring: The Government will evaluate all offerors according to the following point system. 70 Points - Outstanding: The response is very comprehensive, in-depth, and clear. The Proposal consistently meets the solicitation requirements with no omissions. Consistently high quality performance can be expected. 50 Points - Excellent: Extensive, detailed response to all requirements, similar to outstanding in quality but with minor areas of unevenness or spottiness. High quality performance is likely but not assured due to minor omissions or areas where less than excellent performance might be expected. 30 Points - Satisfactory: The response generally meets requirements, but there is no expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without minor revision to the proposal. 10 Points - Poor: The response fails to meet one or more requirements. Deficiencies exist in significant areas, but can be corrected during negotiations without major revision to the proposal, or serious deficiencies exist in areas with minor impact. 0 Points - Unsatisfactory: Serious deficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document without specifying how or demonstrating the capability to do so. Only vague indications of the required capability are present. PART B. Evaluation Criteria FACTOR 1: PAST PERFORMANCE. The Past Performance narrative shall be in as much detail as the offeror considers necessary to fully explain the offeror's past performance. The offeror's past performance must be recent, having been performed in the last five (5) years. The offeror must describe how its past performance is on a scale similar in size to this requirement. The strength of the offeror's response will be based on the implementation of reading interventionist services and benefits/achievement(s) of students who have received reading interventionist services. Specifically, the offeror shall demonstrate their ability to positively improvement and/or achieve successful results with students who have received reading interventionist services, without revealing the personal identity of students. Provide the following reference information: Contract number, duration of contract, award amount, phone number for Contracting Officer's Representative/points-of-contact. When evaluating past performance, the Government will focus on the areas of Quality of Service, Timeliness of Performance, Price/Cost Control and Customer Satisfaction. FACTOR 2: KNOWLEDGE AND EXPERIENCE The offeror shall demonstrate that current and proposed staff have the appropriate range of relevant academic achievements and applied experience. The offeror shall also demonstrate knowledge and experience by submitting resume(s) for key personnel. Key personnel are defined as those individuals the offeror views as essential to successfully performing its proposal technical approach and SOW. The technical proposal shall contain resumes of the proposed personnel and copies of valid State issued licenses for each key personnel who will be performing reading interventionist services. FACTOR 3: TECHNICAL CAPABILITY Technical Approach. (1) The Technical Approach shall be in as much detail as the offeror considers necessary, to fully explain the technical approach. (2) The technical approach shall clear and concisely demonstrate the offeror has an understanding of the nature of work to be performed successfully as required by the Statement of Work (SOW), and an understanding of the Bureau of Indian Education's goals and objectives. The technical approach shall include, but is not be limited to the following: (a) Description of the processes the offeror routinely uses to provide reading interventionist services, and (b) Description of the conditions and challenges which can affect achieving the Bureau of Indian Affair's goals and objectives. PRICE FACTOR: The Government will evaluate each offeror's price for fairness and reasonableness. The Government expects adequate price competition to establish fair and reasonable pricing. The price detail shall include sufficient descriptions to enable the Contracting Officer to determine the reasonableness of the price submitted. Unrealistically high (or low) pricing in the initial or revised proposal may be grounds for eliminating a proposal from competition - either on the basis that the offeror does not understand the requirement or has made an unrealistic proposal. The Government will review: (1) proposed prices to determine whether they are materially balanced; and (2) any unbalanced offer to assess the associated risks to the Government in awarding to such an offeror, and (3) whether an award will result in unreasonably high or low price for contract performance. An offer may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the Government. The Government will determine each offer's total evaluated price by summing the base year and all option periods in accordance with FAR 52.212-2 Evaluation-Commercial Items; as priced according to the following CLIN's (form 1449): CLIN 1: Base Period, August, 2012 to July 31, 2013 $_______________ CLIN 2: Option Period One, August 1, 2013 to July 31, 2014 $_______________ CLIN 3: Option Period Two, August 1, 2014 to July 31, 2015 $_______________ CLIN 4: Option Period Three, August 1, 2015 to July 31, 2016 $_______________ CLIN 5: Option Period Four, August 1, 2016 to July 31, 2017 $_______________ Total Price: $___________________ Price proposals shall include cost buildup details to identify: 1.The price per hour; or price per day; or price per service unit/student. 2.Direct cost elements, (e.g. labor, materials, travel, etc); 3.Indirect cost elements, (e.g. labor overhead, general and administrative expense, etc), and profit. 4.Inclusive of any Federal, State, and Local taxes, in accordance with FAR 52.212-4, and FAR 52.229-04. If applicable, offerors are responsible for complying with the FAR 52.222-41, Service Contract Act of 1965, and applying the appropriate Department of Labor prevailing wage rates for labor. The offeror has public access to locate the prevailing wage rates for all areas at the following website: http://www.dol.gov/. BASIS OF AWARD: The Government will make an award based upon best value. Evaluation factors other than cost or price, when combined are significantly more important than cost or price. The evaluation factors other than price are as follows in ascending order of importance: (a) Past Performance; (b) Knowledge and Experience; and (c) Technical Capability. Best overall value to the Government will be determined by comparing differences in technical merit with differences in price. In making this comparison, the Government is more concerned with obtaining superior quality. However, the Government will not make an award at a significantly higher cost to the Government to achieve only slightly superior technical merit. The Government reserves the right to make an award based on initial offers and without discussions. All requirements must be addressed in the proposal. Omissions of response may be considered non-responsive and may not be evaluated. If exchanges are necessary, the Government will conduct exchanges consistent with FAR 15.306, Exchanges with offerors after receipt of proposals. The Contractor shall have a favorable background/screening determination issued by the Bureau of Indian Education Security Office. An offeror must be registered in the Central Contractor Registration (CCR) in order to receive a contract or purchase order from the Federal Government pursuant to FAR 52.204-7, Central Contractor Registration (Apr 2008). 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. 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; 52.219-06 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 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.223-15 Energy Efficiency in Energy Consuming Products; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1 Buy American Supplies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.232-18 Availability of Funds; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; 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. FAR 52.242-13 Bankruptcy; 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; FAR 204-04 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 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/A12PS02081/listing.html)
 
Place of Performance
Address: Taos Day School, Taos, New Mexico
Zip Code: 87571
 
Record
SN02820873-W 20120802/120731235230-fd921fc973b1e9d36e395e0705cf2aa5 (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.