Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2011 FBO #3452
SOURCES SOUGHT

A -- Design and Conduct of Implementation of Reauthorized Title I and Title II - Draft Performance Work Statement

Notice Date
5/6/2011
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
ieste110003
 
Archive Date
5/31/2011
 
Point of Contact
Natasha Boyce, Phone: 202-245-6128, Pamela a Bone, Phone: 202-245-6181
 
E-Mail Address
Natasha.Boyce@ed.gov, pamela.bone@ed.gov
(Natasha.Boyce@ed.gov, pamela.bone@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement Design and Conduct of Study of Implementation of Reauthorized Title I and Title II Background: This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 19.202-2. The potential small business will need to demonstrate the ability to provide an implementation evaluation of how states, schools, and districts are using Title I and Title II funds as well as looking at student outcome trends pre- and post-reauthorization of Elementary and Secondary Education Act (ESEA). History: Title I and Title II were created as part of ESEA, which was originally enacted in 1965 to help provide all students with equal access to education. It was intended to ensure that all students meet certain standards, and in particular, assist those students with the lowest levels of achievement. The No Child Left Behind (NCLB) Act of 2001 expanded upon ESEA by increasing accountability through the use of assessments for students, requirements for all teachers to be highly qualified, and funding for supports and interventions for schools not achieving adequate yearly progress for the entire school population as well as for various subgroups of students. Currently, more than 50,000 public schools use Title I funds to help low-achieving students increase achievement and meet state standards. Historically, there has been a Congressionally-mandated study of Title I which has also included information about Title II; this study is planned in anticipation of the upcoming reauthorization of ESEA. While the timeline for reauthorization is uncertain, reauthorization is overdue and could happen as early as within the next year. Based on the likely areas of concentration as signaled by the administration's publication "A Blueprint for Reform" (http://www2.ed.gov/policy/elsec/leg/blueprint/blueprint.pdf) and ongoing reauthorization discussions, this study is designed to provide relevant baseline data prior to the reauthorization as well as follow-up data to evaluate the implementation of a reauthorized Title I and Title II. The contract will include the following requirements: 1. Develop a strategy for obtaining a nationally representative sample of districts and schools from the universe of public school districts in the United States 2. Collect data through surveys, document reviews, and existing data 3. Conduct data analysis and prepare reports based on data collected as part of the Title I and Title II implementation study Please review attached Draft Performance Work Statement for further details of the requirement. Contractors must respond to all the following points, by indicating your experience and ability to provide the qualifications and experience of key staff, as well as related corporate experience and capacity, in each of the following areas: • Substantive knowledge of, and experience with, relevant education issues. • Experience and skill in managing, designing, and conducting evaluations of education programs of a similar nature. • Experience and skill in the development and administration of large-scale, multi-site national studies that involve state, district, school, and teacher surveys using complex survey sampling methodologies. • Experience in collecting and analyzing quantitative data from multiple states, districts, and schools. • Adequacy of time commitment and evidence of successful work in conducting previous studies of a similar nature. • No conflicts of interest (perceptions of bias or financial interest in the outcome of the study) that would call into question the independence of the study's findings. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Natasha Boyce, Contract Specialist at Natasha.Boyce@ed.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Please address each requirement in the order listed above. Responses must be submitted not later than May 16, 2011. Capability statements will not be returned and will not be accepted after the due date. Responses shall be limited to 6 pages (single-spaced, with a minimum of one-inch margins and 12 point font). Contractors should include resumes in the appendix (no more than 5 resumes shall be included and only resumes for key personnel that will work on the contract are to be included); these resumes will not be counted as one of the 6 pages of the capability statement. Resumes should not exceed 5 pages each. Teaming Arrangements: All teaming arrangements shall include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates the Department to award a contract. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. Please provide the following Business information: 1. DUNS Number 2. Company Name 3. Company Address 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the Central Contractor Registration (CCR). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the CCR located at http://www.ccr.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses 8. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number).You may submit as an attachment, which will not count towards the overall page limit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ieste110003/listing.html)
 
Record
SN02441829-W 20110508/110506234255-2fe43bc561ac03f3d95c70a4f44c8c9f (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.