SOLICITATION NOTICE
L -- Consultant Technical Review, Advice, and Assistance Services
- Notice Date
- 4/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Labor, Bureau of Labor Statistics, Procurement and Property Management, 2 Massachusetts Avenue, NE, Room 1830, Washington, DC, 20212
- ZIP Code
- 20212
- Solicitation Number
- BLS-03-10
- Archive Date
- 5/15/2003
- Point of Contact
- Tammy Lake, Purchasing Agent, Phone 202-691-6032, Fax 202-691-6026, - Etihun Hailemichael, Purchasing Agent, Phone 202-691-6044, Fax 202-691-6026,
- E-Mail Address
-
Lake_T@bls.gov, Hailemichael_E@bls.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Labor Statistics intends to award on a sole source basis under Simplified Acquisition Procedures to LOGOS, INC. 3101 New Mexico Avenue, N.W. Suite 253 Washington, DC 20016 (a woman owned business) NTE $50,000.00 for consultant technical review, advice, and assistance services for development of additional versions(s) of the entry-level economist assessment. STATEMENT OF WORK: The BLS entry level economist assessment was developed in 2000-2001 and implemented in early 2002 for selection of entry-level economists. It is a job-related cognitive test for selecting new employees, developed by Logos, Inc. (a contractor), based on the logic-based measurement (LBM) model. It is fully compliant with the various legal, technical, psychometric, and professional standards for the development of psychological tests used for employment selection. Two versions are currently in use, both developed by the contractor. Additional versions are needed for reasons of test security. Having multiple versions of an employment test is standard practice in the testing industry. Two more versions of this test are to be produced in the present effort. The second (version 4) is to be a derivative of the other (version 3). Tasks and Objectives of the Technical Review and Analysis Services The Bureau plans that in-house staff will write the individual items and construct the new versions of the assessment. These will follow the LBM model and be similar to the two existing versions now in use. The current in-house staff will be responsible for preparing the test plan for both versions, consistent with the test plans of the earlier versions; drafting all the items in accordance with technical principles, standards, and practices; and assembling the full assessment instrument. The in-house staff will work to prepare new versions within the framework of the LBM model, the job analytic information, the taxonomy of logical reasoning, and the test documentation report previously generated in connection with development of the first two versions of the assessment. The contractor?s role is to provide technical review, advice, and assistance regarding the quality of the individual items and the overall construction of the assessment instruments. The contractor will be responsible for reviewing the items drafted by the internal staff, suggesting revisions in writing, if pertinent, offering advice about the assessment assembly and construction, and reviewing the fully assembled assessment instrument. The contractor-provided services shall include advice and written comment on the individual items for phrasing and conformity to the rules of formal logic underlying the individual questions, the adequacy of the coverage of the domain of the logical reasoning construct, and the overall assembly and construction of the assessment instruments. It will also cover any special technical problems associated with development of the derivative version (i.e., version 4). Timetable and Deliverables The contractor?s work shall be divided into deliverable work packages to provide a timetable of deliverables. Versions 3 and 4 of the assessment instrument each comprise two parts, Logical Reasoning (Part A) and Quantitative Reasoning (Part B). It is most convenient to make four deliverables, one for each part of the two versions. ?Deliverables? constitute written reviews and comments on all submitted materials. The Bureau plans to begin using the two new versions of the assessment in calendar year 2004. Contractor work shall commence in spring 2003 and take about six months. The sequence and work interval allotted to produce the deliverables shall be as follows: <> Review of the initial test plans within three weeks of receipt. <> Review of the in-house draft of the logical reasoning part of version 3 within one month of receipt. <> Review of the in-house draft of the logical reasoning part of version 4 within one month of receipt. <> Review of the in-house draft of quantitative reasoning part of version 3 within one month of receipt. <> Review of the in-house draft of quantitative reasoning part of version 3 within one month of receipt. <> Comments on fully assembled version(s) within three weeks of receipt. After consultation with the contractor, the Bureau reserves the right to alter the sequence of the deliverables, if that is deemed more efficient and beneficial to BLS. The contractor shall participate in a reasonable and limited number of ad hoc meetings or telephone consultation sessions and provide written comments on proposed test questions drafted by in-house staff before in-house staff submits drafts of full sections for formal review. Also, the contractor shall provide technical information for or participate in one or two-day sessions of internal or external review panels. For planning purposes, the total amount of contractor time for these activities is not expected to exceed two or three workdays for each panel, with no more than two panels total. This notice of intent is not a request for offers. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. All interested parties may express their interest to the Contracting Officer by the due date of this notice of intent either by e-mail, or facsimile at 202-691-6026. If there are no affirmative written responses received within fifteen (15) calendar days from the published date of this notice, the Bureau of Labor Statistics will proceed with the award. This notice is for information purposes only. No solicitation will be available.
- Place of Performance
- Address: Bureau of Labor Statistics, 2 Mass Avenue, N.E., Washington, DC
- Zip Code: 20213
- Country: United States
- Zip Code: 20213
- Record
- SN00299477-W 20030411/030409213442 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |