SOLICITATION NOTICE
U -- U - MATH & READING CONSULTANT FOR ROCKY RIDGE BOARDING SCHOOL
- Notice Date
- 8/24/2012
- 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
- A12PS02374
- Response Due
- 8/29/2012
- Archive Date
- 8/24/2013
- 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. A12PS02374 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 $7.0 Set Aside NAICS Code: 611710. STATEMENT OF WORK Rocky Ridge Boarding School Reading & Math Consultant Desired Rocky Ridge Boarding School (RRBS) is located in an extremely isolated rural area on the Navajo reservation. The school is now in an ALERT status due to the fact that we did not make A YP in 2010-11 school year. RRBS and almost every other school located on the Navajo reservation have struggled with improving student achievement in reading and in mathematics. RRBS became part of the BIE Reads cohort in 2008-09. In 2009-10 & 2010 -11 BIE Reads department allowed us to use outside technical assistance firm to help our teachers refine their teaching abilities and to give them on going assistance as they embarked on teaching a new Reading series. During that time frame we have made significant changes in the manner in which reading is conducted. We are using Voyager's reading program in the lower grades and last year we implemented Story town in grades 4 thru 6. With the continued assistance from consultants our transition into these new reading programs has been very smooth. Scope for the READING CONSULTANT: The scope of work for our technical assistance provider will be to provide professional development, technical assistance to Rocky Ridge Boarding School teachers. to reinforce the effective implementation of our relatively new core reacting program called Story Town for grades 4th -6th, our reading intervention program associated with Voyager, improving our intervention stations, and teaching our classified staff the proper manner for instructing struggling readers. Inclusive in this request for professional development is data analysis for reading, instructional coaching of the reading coach, mentoring for the principal, alignment of reading programs with special education services, scaffolding and coordination of the three tiered model for use with Voyager, Passport & Story Town. On-site school consultation visits are needed at Rocky Ridge Boarding School during the 2012-2013 academic year to observe the 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 portion of this request will increase the teacher instructional effectiveness, reading coach skills as a coach, principal instructional leader skills, and data analysis to assess the effectiveness of the reading programs. An additional requirement of the program is that the technical assistance provider files comprehensive reports with the BIE's Division of Performance and Accountability. Previous skills working with the BIE Reads program and excellent writing skins are a must. Objectives I. Support school leadership by providing cognitive coaching of the reading coach and principal to enhance their reading leadership skills. 2. Provide ongoing professional development resulting in successful implementation of Voyager (K-3). Passport (K-3) and Story Town (4-60 reading programs and their reading intervention station programs. 3. To teach reading teachers how to increase and maintain student engagement during reading classes. 4. To increase reading teachers, reading coach, and principal's understanding and use of NWEA. DlBELS, Story Town, Voyager and Passport and Phonics Screener data to assess student progress and to identify students for tiered group instruction, 5. The technical assistance provider MUST have previous experience as a Navajo school administrator and have previous experience working with BIE Reads to guide our school through the BIE Reads requirements so the school maintains all the necessary records and program implementation to be eligible for continued funding by this program. 6. To assist the school in developing a school wide reading program and a targeted reading program to support the needs of struggling readers. 7. To provide guidance to the administrator with regards to the development of instructional reading strategic that will increase student reading skills resulting in increases in student performance on the mandated state assessments, NWEA, DlBELS and Buckle Down assessment. 8. Increase teaching staff skills in implementation of effective, direct instruction at all levels of the 3-ticr model. Tasks I. A technical assistant provider will provide 10 days of on-site visits consisting of two days per month of technical support These visits will begin in September 2012 and conclude in June 2013 (sooner if funds become available) 2. These support visits will focus on the same component as required in the System of Support initiative. 3. These monthly visits will involve classroom observations and debriefings with school leadership, coaching the principal in research-based leadership best practices, and coaching the reading coach and/or reading teaching staff in research-based best practices for instruction aimed at annual and catch-up growth in literacy skills, 4. These visits will focus on facilitating data analysis, instructional co-planning, scheduling, and instruction appropriate to support effective implementation or each of the levels in the 3-tier model. Modeling for staff will be provided as appropriate, 5. Detailed reports, including explicit follow-up tasks, will be provided after each monthly visit. 6. These visits may require the assistance provider to help complete tasks on an administrative level that are data related and part of the requirements of BIE Reads. Qualifications The prospective candidate MUST have the following qualifications: 1. 3 Or more years' experience working as an Administrator at a Navajo school. 2. Experience leading or helping lead a school to making AYP 3. ELL background, preferably including research in the area. 4. A minimum of at least 2 years' experience consulting in reading in Navajo schools. 5. Proven record of helping Native schools accomplish growth in student academic learning on multiple measures. 6. Provide recommendations from other Navajo schools where successful consulting has taken place in reading and or math. 7. Demonstrated professional development skills in training Native adults. 8. Demonstrable extensive knowledge with Story Town, Voyager and Passport. 9. Demonstrable knowledge of Native Star, DIBELS Next, and AIMSweb. 10. Trained in Cognitive Coaching 11. Experience coordinating support efforts with line office agencies 12. Experience teaching writing in the K-12 classroom. 13. Demonstrable knowledge of Common Core standards. 14. Experience presenting at B1E training events. Statement of Work Mathematics Consultant Desired Scope The scope of work for our technical assistance provider will be to provide professional development, technical assistance to Rocky Ridge Boarding School teachers, to reinforce the effective implementation of our current math program and to help us digest our prospective new math series called Envision. Inclusive in this request for professional development is data analysis for mathematics mentoring for the principal, alignment of the mathematics programs with special education services. scaffolding and coordination of the three tiered model for use with Our new Envision program. On-sire school consultation visits are needed at Rocky Ridge Boarding School during the 2012-2013 academic year to observe the mathematics program and intervention programs, provide professional development designed to meet identified needs of teachers based on observations and principal's effectiveness as the instructional leader. The professional development portion of this request will increase the teacher instructional effectiveness and increase the principal's instructional leader skills. The prospective candidate will need to be adroit at data analysis to assess the effectiveness of the mathematics programs, An additional requirement of the program is that the technical assistance provider files comprehensive reports with the BIE's Division of Performance and Accountability, Previous skills working with the aforementioned programs are a must. Objectives: 1. Support school leadership by providing cognitive coaching of the principal to enhance his mathematical leadership skills. 2. Provide ongoing professional development resulting in successful implementation of Harcourt or Envision math programs and their math intervention station programs. 3. To teach math teachers how to increase and maintain student engagement during math classes. 4. To increase math teachers and principal's understanding and use of NWEA. AIMS web, Envision find Harcourt data to assess student progress and to identify students for tiered group instruction. 5. To assist the school in developing a school wide math program and a targeted math program to support the needs of struggling mathematical students. 6. To provide guidance to the administrator with regards to the development of instructional math strategies that will increase student math skills resulting in increases in student performance on the mandated state assessments. NWEA. AIMSweb and Buckle Down assessment. 7. Increase teaching staff skills in implementation of effective, direct instruction at all levels of the 3-tier model. Tasks: I. A technical assistant provider will provide 10 days of on-site visits consisting of one day per month of technical support. These visits will begin in September 20l2 and conclude in June 2013 (sooner if funds become available) 2. These monthly visits will involve classroom observations and debriefings with school leadership, coaching the principal in research-based leadership best practices and coaching the math teaching staff ill research-based best practices for instruction aimed at annual and catch-up growth in mathematical skills. 3. These visits will focus on facilitating data analysis instructional co-planning, scheduling, and instruction appropriate to support effective implementation of each of the levels in the 3-tier model. Modeling for staff will be provided as appropriate. 4. Detailed reports, including explicit follow-up tasks, will be provided after each monthly visit. 5. These visits may require the assistance provider to help complete tasks 011 an administrative level that are data related and part of the requirements of the AZNN Agency. Qualifications The prospective candidate MUST have the following qualifications: I. 3 or more years' experience working as an Administrator at a Navajo school. 2. Experience leading or helping lead a school to making AYP. 3. ELL background, preferably including research in the area. 4. A minimum of at least 2 years' experience consulting in reading and/or math in Navajo schools. 5. Proven record of helping Native schools accomplish growth in student academic learning on multiple measures. 6. Provide recommendations from other Navajo schools where successful consulting has taken place in math. 7. Demonstrated professional development skills in training Native adults. 8. Demonstrable extensive knowledge with Harcourt Math and Envision Math, 9. Demonstrable knowledge of Native Star, NWEA, and AIMSweb. 10. Trained in Cognitive Coaching 11. Experience coordinating support efforts with line office agencies. 12. Demonstrable knowledge of Common Core standards. 13. Experience presenting at BIE training events. Delivery These support services will be provided to Rocky Ridge Boarding School in visits during the 2012-2013 school year. Each visit will last 1 day for a total of 10 visits during the course of the year. Government Furnished Property All meeting rooms and equipment and reading data for collection of data and intervention of programs will be supplied for by RRBS. School duplicating machines and paper maybe used to meet the reading teaching staff's need identified during the course PERIOD OF PERFORMANCE: from Date of Award to June 30, 2013 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 -Commercial 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: COST Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance M. 1Contract Award Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offers may be given the opportunity to clarify certain aspects of the proposals (e.g., the relevance of an offeror's past performance information or to resolve minor or clerical errors). M.2Evaluation The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable". All Factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered. M.3Evaluation Factors Factor I -Technical Capability Factor II -Management Capabilities/Key Personnel Qualification Factor III - Past Performance FACTOR I - Technical Capability quote for a CONSULTANT SERVICE, will work with student, 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 a CONSULTANT SERVICE, will work with student, 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 Performance for a CONSULTANT SERVICE, will work with student, 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: (Please provide a breakdown of total cost) : (all or non) 1. MATH CONSULTANT : (Please provide a complete breakdown of your total cost) A. $_______ Per Visit = $_______ Daily Rate x 10 Visit = $_______ B. Travel*: $_______ miles @ $_______ mile = $_______ day X 10 Visit =$_______ SUB - Total Cost: $_______ 2. READING CONSULTANT : (Please provide a complete breakdown of your total cost) A. $_______ Per Visit = $_______ Daily Rate x 10 Visit = $_______ B. Travel*: $_______ miles @ $_______ mile = $_______ day X 10 Visit =$_______ SUB - Total Cost: $_______ TOTAL: $__________________ Please Note: *All travel miles calculations must be coincide with Rand Mcnally mileage calculations at www.randmcnally.com. 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: 52.233-03; 52.233-4; 52.222-3; 52.222-19; 52.222-21;52.222-26; 52.232-30; 52.232-33; 52.232-36; 52.222-36; 52.232-18; 52.232-19; 52.211-16; 52.204-06; 52.216-01; 52.203-15, DOI Acquisition Reg (DIAR) 1452.226-70, 1452.226-7, 1450-0016-001, 1452-204-70. 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, August 29, 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 school already being in session and the urgent need of the services the solicitation time has been shortened.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02374/listing.html)
- Place of Performance
- Address: KYKOTSMOVI, AZ
- Zip Code: 86039
- Zip Code: 86039
- Record
- SN02853974-W 20120826/120824235614-2a42fe1620c562313d1c32d176d29fb0 (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 |