SOURCES SOUGHT
R -- National Clearinghouse for English Language Acquisition and Language Instruction Educational Programs (NCELA) - Draft SOW
- Notice Date
- 10/13/2011
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- 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
- ELAP-110001
- Point of Contact
- Nicole Fils, Phone: 202-245-8367, Gabriella I. McDonald, Phone: 202-245-6188
- E-Mail Address
-
nicole.fils@ed.gov, gabriella.mcdonald@ed.gov
(nicole.fils@ed.gov, gabriella.mcdonald@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW National Clearinghouse for English Language Learners (NCELA) This Sources Sought Notice is for Market Research and thus is for information and planning purposes only, and should not be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this Notice. No reimbursement will be made for any costs associated with providing information in response to this Notice. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. This synopsis does not constitute a Request for Proposal (RFP). Description: The Elementary and Secondary Education Act (ESEA), as amended by the No Child Left Behind Act of 2001 (NCLB), holds States accountable for closing the achievement gap and ensuring that all children, including children with limited English proficiency, meet the same challenging academic content and student achievement standards all students are expected to meet. To this end, Title III of ESEA requires States to develop English Language Proficiency (ELP) standards, align ELP assessments, and develop annual measurable achievement objectives for English proficiency that are aligned to the achievement of challenging State academic content and student achievement standards. The National Clearinghouse for English Language Acquisition (NCELA) is designed to provide frontline technical assistance information to States that supports them in implementing Title III of ESEA, and help increase State capacity to assist districts and schools to improve LEP student performance in developing English proficiency and academic achievement. The U.S. Department of Education (ED), in concert with the Office of English Language Acquisition (OELA), seeks a contractor to operate the NCELA contract and execute the contractual responsibilities specified in the Statement of Work (S.O.W.), in a skillful manner that maximizes expected outcomes and minimizes costs, possesses a strong technology capability, and is prepared to present a proposal that demonstrates its ability to assist and advise OELA on providing the services listed below in an innovative and twenty-first century manner. Services provided by the contractor shall include: (a) maintaining the NCELA website, (b) preparing reports, (c) providing logistical support, (d), managing the resources and personnel, (e) providing additional products and services. Background: The NCELA activity is defined in Public Law 107-110, No Child Left Behind Act of 2001 (NCLB), January 8, 2002, under Title III: Language Instruction for Limited English Proficient Students, Sec. 3303, "National Clearinghouse" (see below). SEC. 3303. NATIONAL CLEARINGHOUSE. The Secretary shall establish and support the operation of a National Clearinghouse for English Language Acquisition and Language Instruction Educational Programs, which shall collect, analyze, synthesize, and disseminate information about language instruction educational programs for limited English proficient children, and related programs. The National Clearinghouse shall - (1) be administered as an adjunct clearinghouse of the Educational Resources Information Center Clearinghouses system supported by the Office of Educational Research and Improvement; (2) coordinate activities with Federal data and information clearinghouses and entities operating Federal dissemination networks and systems (3) develop a system for improving the operation and effectiveness of federally funded language instruction educational programs; (4) collect and disseminate information on - (A) educational research and processes related to the education of limited English proficient children; and (B) accountability systems that monitor the academic progress of limited English proficient children in language instruction educational programs, including information on academic content and English language proficiency assessments for language instruction educational programs and (5) publish on an annual basis, a list of grant recipients under this title. Objective: This Request for Information (RFI) is to assist in a small business determination and to seek capability statements from potential offerors, both large and small businesses. If a potential offeror has an applicable Federal Supply Schedule, specific mention including the GSA contract number should be included with the capability statement. ED anticipates a Fixed Price Performance-Based Acquisition (PBA) with mission-oriented objectives. Capability statements shall be no longer than 10 pages. Interested parties should include resumes of key personnel who will work on the project in the appendix; these resumes will not be counted as one of the 10 pages of the capability statement. If any of the qualifications or experience described in the contractor's capability statement is met through consultants or subcontractors, the contractor shall provide evidence of the commitment of these consultants or subcontractors to work on this project. The contractor also shall describe its experience in identifying and managing multiple consultants and subcontractors for different tasks. The capability statement should address the following qualifications and experience of key staff or subcontractors: • Expertise and experience utilizing technology that is very user-friendly and accommodates multi-media formats that allow for interactive events such as: webinar/webcast technology, virtual communities of practice, social networks, a virtual dashboard, and an easy-to-search resource database. Additionally, the capability statement should address the ability to maintain and continually upgrade websites in an innovative and creative, and cost effective manner. • Expertise and experience with education issues related to a variety of English learners instructional needs ranging from cradle to career, including those with special needs. Knowledge of Title I and Title III policies, Language Instruction Educational Programs (LIEP), evaluation, assessment, research, demographics, bilingual issues, and the challenges Limited English Proficient (LEP) children, face in meeting high academic standards. • Expertise and experience in preparing various written materials and reports in a clear, concise, professional format that will support the dissemination of information function of the Clearinghouse. Please provide a descriptive example of such work. • Experience providing logistical support for various information dissemination events, i.e., conferences, forums, meetings, etc. Please provide a descriptive example of such work. Structure of Responses: Offerors should submit capability statements in response to this RFI by e-mail (only) to the Contract Specialist, Nicole Fils, copying the Contracting Officer, Gabriella McDonald, by November 14, 2011, 1:00 p.m., EST. Responses should be limited to a maximum of 10 pages, using 12 point font, and include Company Name, DUNS Number, Company Address, Point of Contact, Telephone Number, e-mail Address, and Size of your Organization as validated via the Central Contractor Registration (CCR). Submission of Questions: Questions regarding this RFI will be accepted through 1:00 p.m. (EST) on October 20, 2011. After this date, there is no guarantee that your question will be accepted. The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry by industry basis. The suggested NAICS codes for this acquisition are 541720, Research and Development in the Social Sciences and Humanities, or 611710, Educational Support Services. The size standard for both codes is based on average annual receipts of $7,000,000 for three most recent completed fiscal years. Based on the size standard established, please provide whether or not your company is classified as a small business. If you are a small business please also indicate if you are an 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, or women-owned small business as appropriate. Please submit your questions and responses electronically to the following email addresses: Contract Specialist: Nicole Fils Nicole.Fils@ed.gov 202-245-8367 Contracting Officer: Gabriella McDonald Gabriella.McDonald@ed.gov 202-245-6188 Disclaimer: The requested information to be provided is for planning purposes only and does not constitute a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ELAP-110001/listing.html)
- Record
- SN02606833-W 20111015/111013234538-6c5cfa5db8cea14225c56db887a5feab (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 |