Bridgeton Public Schools

Bank Street Administration Building

Purchasing Office

P.O. Box 657

Bridgeton, NJ 08302-2001

August 25, 2017

RE: Project # RFP 18-002

Computer Software Designed for English Learners

To Whom It May Concern:

Sealed proposals will be received by the Bridgeton Public Schools for a firm/agency for Computer Software Designed for English Learners. Sealed proposals will be received at the office of the Bridgeton Board of Education, located at 41 Bank St., Bridgeton, NJ 08302 at 2:00 p.m. prevailing time on Tuesday, October 17, 2017.

We appreciate your interest in this project and look forward to your participation.

Sincerely,

Nicole Albanese

Nicole Albanese

Business Administrator/Board Secretary

BRIDGETON BOARD OF EDUCATION

REQUEST FOR PROPOSAL

(RFP)

Computer Software Designed for English Learners

RFP #18-002

Tuesday. October 17, 2017

2:00 PM

Nicole Albanese

Business Administrator

BRIDGETON BOARD OF EDUCATION

41 Bank Street

Bridgeton, NJ 08302

REQUEST FOR PROPOSAL

(RFP)

TECHNICAL

SPECIFICATIONS

Ms. Nicole Albanese

Business Administrator

Bridgeton Board of Education

41 Bank Street

Bridgeton, NJ 08302

COMPUTER SOFTWARE DESIGNED FOR ENGLISH LEARNERS

Project # RFP 18-002

A. PURPOSE

General Description: The Bilingual/ESL Department in Bridgeton, New Jersey is requesting proposals from companies that provide oral language and literacy software programs that offers native language support and scaffolding specific to English Learners.

Scope: We are seeking an organization/company able to provide a technology-based Language Arts Literacy intervention program designed specifically for English Learners. The program must have a Spanish component, address the New Jersey Learning Standards, and be able to show some correlation to the WIDA Standards.

B. SCOPE OF SERVICE

1.  The software should be able to adapt itself to meet the needs of students based on their language proficiency. Individualized instruction should include immediate remediation and delayed remediation.

2.  The program should provide strategic first language support, specifically in Spanish, using the first language as a bridge to English language acquisition.

3.  Spanish component should utilize authentic language.

4.  The program should be designed to accelerate English language acquisition and literacy learning through…

·  the development of oral academic vocabulary through interactive and engaging games and videos.

·  phonemic awareness instruction—including directly instructed phonemes shared by native and English languages and new phonemes.

·  listening and speaking, including assessing students’ understanding of communicative context

·  directly teaching phonics, decoding, and reading to improve comprehension and interpretation skills.

5.  The software should be visually and cognitively engaging the students

6.  Program should be able to gather baseline data through the administration of initial assessment, and to show growth at the end of specific periods; monthly quarterly, annually.

7. The curriculum should be based on current scientific research, Common Core State Standards, New Jersey Learning Standards and WIDA standards.

8. The software should be current and updated.

9. The company must provide one training session for teachers.

10. The company should be able to provide online and phone support, as well as the ability to provide on-site support within 48 hours.

C. QUALIFICATIONS OF RESPONDENTS

Each respondent shall provide a detailed narrative demonstrating their knowledge and experience conducting Computer Software Designed for English Learners. The respondent shall have demonstrated experience working with school districts in New Jersey providing the type of services requested in this RFP.

D. TERM OF CONTRACT

The term of contract shall be for a period of one year pursuant to N.J.S.A. 18A:18A-42 with two one year extension options. At the discretion of the District, the contract may be renewed for two additional one year terms.

E.  COORDINATION OF ACTIVITIES

All activities for this contract will be coordinated through the office of

Mr. Elmer Arreaga

District Bilingual Supervisor

856.455.8030, ext.

F.  FEE SCHEDULE – PAYMENT

Submit a proposal fee schedule and a sample list of services, along with a complete description of the maximum price for each type of service proposed.

For the purpose of payment, a case shall be considered completed if the evaluation cannot be finished because the student transfers out of the district, illness, or any reason not attributable to the Contractor.

G. PRESENTATION PACKAGE – Submit with the RFP Response

The Bridgeton Public School District seeks from all participating respondents' information that will assist the district in selecting the respondent who will provide the highest quality services at a fair and competitive price.

All respondents shall prepare a presentation package to be submitted with the RFP.

The Presentation Package shall include at a minimum the following:

I. Management Criteria

A. Business Organization

The respondent shall submit a full description of the business organization to include, but not be limited to:

·  Name, address, phone, fax, website, e-mail address and other information of the professional firm or individual;

·  An organizational chart noting the names of all principals and partners;

·  Resumes and certification of all child study team staff members providing services under this contract.

·  Other information concerning individuals of the professional firm that would assist the school district in the evaluation process.

B.  Qualifications; Relevant Experience

Respondents shall submit documentation highlighting qualifications and experience they have that will assist the school district in the evaluation and selection process.

II. Technical Criteria

Description of Services

·  Contractor shall provide a detailed description of their computer software for English learners.

·  Submit the name of at least three (3) schools in the state of New Jersey for which respondent have provided the services requested in this RFP. Include the name of a contact person, address and phone number. Do not include Bridgeton Public Schools.

H. EVALUATION PROCESS; METHODOLOGY OF AWARDING CONTRACT

All RFP responses are to be evaluated on the basis of whose response is the most advantageous to the district, price and other factors considered, and whose response will provide the highest quality of service at fair and competitive prices.

The Board of Education will use a one hundred (100) point system in evaluating all proposals. The criteria to be evaluated are identified below:

Category / Value Points
I. / Management Criteria / 30
A.  Business Management
B.  Qualifications & experience of staff
C.  Responsiveness and completeness of the proposal.
______
II. / Technical Criteria / 60
A.  Software should adapt itself to meet the needs of students.
B.  Provide first language support, specifically in Spanish.
C.  Spanish component should utilize authentic language
D.  Program should accelerate English Language acquisition and literacy learning
E.  Software should be engaging to students
F.  Program should gather baseline data and show growth at the end of specific periods.
G.  Curriculum should be based on current scientific research.
______
III. / Cost Criteria / 10
A.  Fee Proposal ______

I. EVALUATION OF PROPOSALS -- Evaluation Committee

All proposals will be evaluated in accordance with the Office of State Comptroller’s publication

Best Practices for Awarding Services Contracts

Section 4 – (The Need for an Evaluation Committee), it has been determined that the

evaluators:

·  “. . . are sufficiently qualified to evaluate the strengths and weaknesses of the proposals submitted.”

·  “. . . have the relevant experience necessary to evaluate the proposal;” and

·  “. . . are familiar with the need for the services to be performed in the request for proposals.”

Mrs. Nicole Albanese, Business Administrator/Board Secretart will review and evaluate all proposals as they pertain to the procurement process.

J.  AWARD OF CONTRACT

It is the intention of the Board of Education to award the contract to the respondent whose response is the most advantageous to the board, price and other factors considered; and who will provide the highest quality service at fair and competitive prices.

At the discretion of the Board of Education, the top three firms/agencies may be asked to do a presentation to the Board’s Finance Committee.

Bridgeton Public Schools

Proposal Page

Project #RFP 18-002

Computer Software Designed for English Learners

Name of Provider (Company): ______

Name of Service / Price
Price of Software / $
$
$
$
$
$

Additional Expenses:

______

Name (please print): ______

Signature: ______Date: ______

BRIDGETON BOARD OF EDUCATION

41 Bank Street

Bridgeton, NJ 08302

REQUEST FOR PROPOSAL

GENERAL

SPECIFICATIONS

Ms. Nicole Albanese

Business Administrator

K. AFfirmative Action Requirements

Each respondent shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents:

i.  Appropriate evidence that the respondent is operating under an existing

federally approved or sanctioned affirmative action program; or

ii.  A certificate of employee information report approval issued in accordance

with N.J.A.C. 17:27-4; or

iii.  An employee information report (Form AA302) provided by the Division

and distributed to the public agency to be completed by the contractor,

in accordance with N.J.A.C.17:27-4.

Please note: A completed and signed Affirmative Action Questionnaire is required with submission of proposal. However, the Board will accept in lieu of the Questionnaire, Affirmative Action Evidence stapled to the Affirmative Action Questionnaire form.

“If awarded a contract your company/firm will be required to comply with the requirements of N.J.S.A. 10:5-31 et. seq. and N.J.A.C. 17:27 et. seq.

L. AUTHORIZATION TO WORK – PURCHASE ORDER REQUIRED

No service shall be rendered unless the successful respondent receives an approved purchase order authorizing the respondent to render the service.

M. BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44)

Pursuant to N.J.S.A. 52:32-44 as amended by P.L. 2004 – Chapter 57, all respondents shall submit with their proposal package a copy of their “New Jersey Business Registration Certificate” as issued by the Department of Treasury of the State of New Jersey. Failure to provide the New Jersey Business Registration Certification with the proposal package, or prior to the award of contract, will be cause for the rejection of the entire proposal.

Goods and Services Contracts

N.J.S.A. 52:32-44 imposes the following requirements on contractors and all subcontractors that knowingly provide goods or perform services for a contractor fulfilling this contract: 1) The contractor shall provide written notice to its subcontractors to submit proof of business registration to the contractor; 2) prior to receipt of final payment from a contracting agency, a contractor must submit to the contracting agency an accurate list of all subcontractors or attest that none was used;

3) during the term of this contract, the contractor and its affiliates shall collect, remit, and notify all subcontractors and their affiliates that they must collect and remit to the Director of the New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into this State.

A contractor, subcontractor or supplier who fails to provide proof of business registration or provides false business registration information shall be liable to a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration not properly provided or maintained under a contract with a contracting agency. Information on the law and its requirements is available by calling (609) 292-9292.

N. CONTRACTS

Upon notification of award of contract by the Bridgeton Board of Education, the successful respondent shall sign and execute a formal contract agreement with the Board of Education.

The successful respondent shall sign and execute said contract and return it together with documents required by the district such as but not limited to:

·  Professional Liability Certificate;

·  Criminal History Background evidence;

·  Other required documents as may be outlined in the proposal specifications.

Within ten (10) days of receipt of notification of award of contract, the executed contracts and related documents must be returned to:

Mrs. Nicole Albanese

Business Administrator/Board Secretary

Bridgeton Public Schools

41 Bank Street

Bridgeton, NJ 08302

O. DOCUMENTS, MISSING/ILLEGIBLE

The respondent shall familiarize himself with all forms* provided by the Board that are to be returned with the proposal. If there are any forms either missing or illegible, it is the responsibility of the respondent to contact the Purchasing Agent at (856.455.8030, ext. 2046) for duplicate copies of the forms. This must be done before the proposal submission. The Board accepts no responsibility for duplicate forms that were not received by the respondent in time for the respondent to submit with his proposal.

All documents returned to the Board shall be signed with an original signature in ink (blue). Failure to sign and return all required documents with the RFP package may be cause for disqualification and for the proposal to be rejected pursuant to N.J.S.A. 18A:18A-2(y) (non-responsive). The Board will not accept facsimile or rubber stamp signatures.

P. DOCUMENT SIGNATURES – ORIGINAL; BLUE INK

All documents returned to the Board shall be signed with an original signature in ink (blue). Failure to sign and return all required documents with the bid package may be cause for disqualification and for the bid to be rejected pursuant to N.J.S.A. 18A:18A-2(y) (non-responsive). The Board will not accept facsimile or rubber stamp signatures.

*Forms provided by the Board of Education that must be returned with proposal.

·  Proposal Form

·  Affirmative Action Questionnaire or Affirmative Action Evidence

·  Non Collusion Affidavit

·  Statement of Ownership

·  Contractor/Vendor Questionnaire and Certification

·  Acknowledgement of Addenda

·  Chapter 271 – Political Contribution Disclosure Form

·  Disclosure of IRAN Activities

*Please check your bid package for these forms!

Q. EVALUATION OF CRITERIA

The school district intends to evaluate all proposals on the basis of the responses that are most advantageous to the district, price and other factors considered. Included in the evaluation process, but not limited to be the following criteria:

·  Experience and ability to perform services;

·  Qualifications and references;

·  Organization; staffing;

·  Cost proposal;

·  Other factors demonstrated in the respondent’s presentation package that may be in the best interests of the school district.

R. False Material Representation – N.J.S.A. 2C:21-34-97(b)

A person commits a crime if the person knowingly makes a material representation that is false in connection with the negotiation, award or performance of a government contract. If the contract amount is for $25,000.00 or above, the offender is guilty of a crime of the second degree. If the contract amount exceeds $2,500.00, but is less than $25,000.00, the offender is guilty of a crime of the third degree. If the contract amount is for $2,500.00 or less, the offender is guilty of a crime of the fourth degree.