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. A12PS01660 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.
SECTION C - DESCRIPTIONS AND SPECIFICATIONS WINGATE ELEMENTARY SCHOOL STATEMENT OF WORK MATH CONSULTANT
SCOPE: The Consultant must have extensive knowledge of and firsthand experience with our school and staff. The technical assistance to be provided is a continuation of the work that was initiated from the fall of 2009 to date; a comprehensive math program at Wingate Elementary School.
The consultant will provide technical assistance and related services designed to assist the school in improving the quality of instruction to increase student academic achievement. Technical assistance will include target assistance to the school Leadership Team, academic staff, and support and residential staff in the implementation of our school's Restructuring Plan, as well as, the School Improvement (Native Star), build staff capacity and establish support structures to enhance instructional practices.
Wingate Elementary School is in need of a Math Consultant to provide professional development to teachers, technicians, residential staff, coaches, and administrators. Assist with setting up specific services for monitoring implementation of plans, tracking and documenting improvement efforts and providing guidance and technical assistance in the school improvement process.
OBJECTIVES: Consultant will develop a specific technical assistance plan in coordination and collaboration with school staff. The plan will target the implementation of the school's restructuring efforts and will impact all aspects of the school's operation.
TASK AND/OR REQUIREMENTS: There is a variety in the type of professional development being requested. First one type of professional development is in the area of math contend and pedagogy to help teachers understand the math they are teaching our students and ultimately what the school wants students to know when they leave a particular grade level. Wingate Elementary would like training in the Do The Math and Math Investigations to help teachers understand the strategies the students need to learn within the program. Since there is not specific intervention specifically for Kindergarten and first grade the consultant will need to assist in designing an intervention
Program specifically for the students and their needs based on NWEA assessment. Additional intensive support training for teachers on how to align the core programs to the Math Common Core Standards. The core math program that begin use in K-5th grades in Investigations Math. Training in this par6icular program to maintain and sustain creative enhancement strategies needed to help teachers better understand the critical thinking process as required by the math materials. The consultant shall provide training to help teachers strengthen their questioning techniques during lessons; also to develop a rubric or assessment framework to determine the grading system to be used to evaluate the student's progress. The consultant shall provide training for the Residential staff in the conceptual understanding of the mathematical processes promoted by the Investigative Math material and on different strategies that they can use in working with students in the residential program to assist and teach our students to better understand math concepts.
The consultant will provide additional assistance with them Data Analysis for Wingate Elementary School and students' results from the NWEA assessment from the Spring and Fall testing. The consultant will assist in developing Wingate Elementary School's curriculum to be aligned for the rest of the school year based on the testing results. The consultant shall provide assistance in facilitating grade level co-planning meetings for data analysis. Provide technical assistance in the collection, analysis, and reporting of student assessment data, conduct data retreats, provide training for staff on the data analysis process, use of data to guide instruction and professional development designs.
The consultant shall provide training for the grade levels to assist them in comprehending the process of facilitating their own co-planning meetings concentrating on math best practices, curricular mapping, data driven decision making. The consultant will also be required to assist the school in facilitating, presenting, and co-facilitating parent trainings and Family Math Nights in evenings for parent and guardians.
The consultant will be required to provide direct support with specific teachers classified as at-risk teaching staff members based on their direct instruction and classroom preparedness indicators. The consultant will also provide support for our teachers in the form of modeling, co-teaching, and co-planning the lessons I the core program and in the intervention program. The consultant will also model best instructional practices for the teachers; also model teachers' strategies for Think, Pair, Share, collaborative groupings. The consultant will assist in putting all that into place. The consultant will be expected to develop with the teachers the strategies that will be needed to assist with student understanding since our core math program is new and challenging for our teaching staff, Investigative Math, is designed with a different genre than what our traditional textbook oriented teachers have gotten use to in their teaching.
The consultant will work directly with the math coaches providing effective strategies to support in facilitating grade level meetings, parent nights, Math leadership team meetings, deliver professional development for teachers, technicians, and residential staff. The consultant will also help the math coaches develop their math content and pedagogy based on school wide assessments results. Assist in developing the Math curriculum for grades K-8 aligned vertically and horizontally based on assessment needs.
The consultant will work with the school leadership team on a monthly basis to refine the school improvement plan (Native Star) and initiatives; meeting on monthly basis with each grade level team for planning out or pacing their curriculum instruction expectations.
The consultant shall be instrumental in laying out the groundwork for the classroom to organize for the school year. Consultant must be strongly recommend the continued services provided by the consulting firm to advance into the more specific and detailed work with the math program from our K-8 program. The consultant background knowledge of our school and the present programs must be clearly known by the consultant and would only expedite the process of getting task working with our teachers and students.
DELIVERY: Consultant will develop a school Math professional development plan Consultant will conduct monthly on-site visits Consultant will coordinate monthly meetings with the school math coaches to monitor services delivery, development and submission of monthly summary reports. Consultant will facilitate meetings with schools' leadership and other stakeholders to facilitate improvement efforts. Consultant will plan and debrief meetings with school leaders Consultant will conduct classroom observations and debrief sessions with individual staff and/or principal Consultant will conduct research, design and develop forms, write and edit narratives, develop procedure descriptions, improvement plans and other documents necessary to document the school's improvement efforts. Consultant will facilitate strategic planning meetings and other work sessions.
PERIOD OF PERFORMANCE: BASE YEAR August 01, 2012 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. Math Consultant, 10 DAYS @ $_______________ per day = $_______________. B. Travel Costs: $_______________
OPTION YEAR 1 A. Math Consultant, 10 DAYS @ $_______________ per day = $_______________. B. Travel Costs: $_______________
OPTION YEAR 2 A. Math Consultant, 10 DAYS @ $_______________ per day = $_______________. B. Travel Costs: $_______________
OPTION YEAR 3 A. Math Consultant, 10 DAYS @ $_______________ per day = $_______________. B. Travel Costs: $_______________
OPTION YEAR 4 A. Math Consultant, 10 DAYS @ $_______________ per day = $_______________. 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 13, 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:
[email protected]. 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.
Bid Protests Not Available