SOLICITATION NOTICE
B -- School Leadership Program Grantee Project Evaluations
- Notice Date
- 8/25/2004
- Notice Type
- Solicitation Notice
- 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, DC, 20202
- ZIP Code
- 20202
- Solicitation Number
- eeud0403
- Response Due
- 9/9/2004
- Archive Date
- 9/24/2004
- Point of Contact
- Jay Zagursky, Contract Specialist, Phone 202-245-6132, Fax 202-245-6297,
- E-Mail Address
-
Jay.Zagursky@ed.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of the proposed contract is to assist the Department of Education (ED) to review and provide technical assistance to the School Leadership Program (SLP) grantees on their project evaluations. More specifically, the contractor will work with ED to review the SLP evaluation frameworks, and to design a format for bringing the grantees together to hear about and discuss their approaches to developing their evaluation methodologies, what they learned from the process, their expectations for the value and use of the evaluation results, and provide technical assistance support to strengthen those evaluations. This effort will provide an opportunity to capitalize on the experiences and lessons learned from the participants to inform the current as well as future SLP program evaluations. The School Leadership Program grants support projects that develop, enhance or expand programs to recruit, train and mentor assistant principals and principals for high-need school districts. Grant awards assist local education agencies (LEAs) in partnership with other entities to develop, document, evaluate and disseminate innovative, cohesive models of preparation of and support for assistant principals and principals. These programs combine active recruitment of diverse and talented individuals, a rigorous selection process, high-quality coursework in instructional and managerial leadership with internships and mentor support to increase the quality and quantity of school leaders for rural and urban schools. For additional information about the SLP program, please visit the program web site at http://www.ed.gov/programs/leadership/index.html. As a result of the FY 2002 SLP grant competition, 24 projects were funded. Twenty (20) of the grantees will begin the 3rd year, and 4 will begin the 2nd year of their grants on October 1, 2004. While the application for the SLP grants included a requirement to conduct an evaluation of their programs, grantees were given flexibility in the framing and implementation of those evaluations. While this made some sense given that grantees were implementing a variety of approaches to recruiting, training and support school leaders, the result is a wide range of evaluation designs across the 24 grants. ED is seeking a better understanding of the approaches and strategies used by the grantees to develop their evaluation methodologies and questions, and to engage them in a discussion of their outcomes and how to best use and disseminate them. To do that, ED is proposing to bring together the grantees and their evaluators with others engaged in similar efforts together to hear how they framed their evaluations?successes and challenges--and, their perceptions of how the results may be used to enhance our knowledge of the effectiveness of practices to develop school leaders. Participants will also be asked to provide suggestions or recommendations on the types of technical assistance support that would be most helpful to them and others developing evaluations for similar projects or programs. The contractor would provide assistance to ED in four areas by 1) reviewing and preparing an overview report of SLP evaluation frameworks, 2) providing technical expertise in framing and developing the meeting content and format, 3) assisting with logistical arrangements for the meeting, and 4) preparing a summary report of the meeting outcomes with recommendations for technical assistance strategies for current and future grantees on the design and implementation of project evaluations. ED estimates that approximately 50 project directors and evaluators will attend the meeting as well as up to an additional 50 other participants including ED staff and others from organizations and foundations engaged in school leadership efforts. It is expected that all participants will be responsible for their own travel expenses. ED will give preference to bidders who demonstrate the following expertise and experience: Preference for a contractor that previous experience in working with or conducting research on school leadership programs; Preference for a contractor that has previous experience in designing and conducting program evaluations; and, Preference for a contractor that has previous experience conducting and facilitating meetings. The deliverables are described below: Task 1: Prepare a report on the strengths and weaknesses of the 24 SLP grantee evaluation frameworks (will be provided to the contractor within five days of the contract award.) The contractor shall prepare an overview of the 24 grantees' evaluation designs. The report will provide information to ED on commonalities across the evaluation methodologies and questions, and on how the information may be used to inform meeting with grantees and their evaluators. Deliverables: 5-10 page report. Task 2: Design and develop a meeting agenda and format that proposes outcomes, based on the review conducted in Task 1, that includes 1) Meeting expectations and outcomes; 2) A framework and/or set of key questions to structure the meeting discussion; 3) A process and format for engaging participants; 4) Suggested speakers and/or facilitators; and 5) A process for documenting the outcomes. Deliverables: 1) Agenda; 2) Outline of Meeting Content and Materials; 3) Description of Meeting Format; 4) List of Proposed Facilitators and Speakers. Task 3: Complete the logistical arrangements for the meeting that includes: 1) Contracting with a hotel in Washington, DC; 2) Preparing meeting materials; 3) Providing facilitators and recorders; 4) Conducting the meeting; and 5) Processing travel arrangements for consultants and/or facilitators. Task 4: Prepare meeting summary. The contractor shall prepare a summary report of the meeting to include objectives, list of participants, agenda, context or format, issues, and outcomes with recommendations for next steps. Schedule of Milestones and Deliverables: Evaluation Frameworks Overview: 5-10 page report- October 30, 2004- 5 copies* Agenda and draft of meeting content and materials- November 15, 2004- 4 copies Meeting format with names of proposed speakers & facilitators December 15, 2004- 5 copies* Meeting Logistics: Meeting location- October 30, 2004 Draft Letter of Invitation- November 15, 2004- 4 copies Draft of Meeting Materials- December 15, 2004- 4 copies Process Travel Arrangements For Consultants- Jan. ? Feb. 2005 Conduct Meeting- Late Jan/Early Feb 2005 Complete Expenses/Vouchers- March 30, 2005 Meeting Summary: 15 page summary report- March 15, 2005- 5 copies* * one copy to be delivered to the Contracting Officer Instructions for submitting proposals: Proposals must be prepared in two parts: A "Technical Proposal," and a "Business Proposal." Each of the two parts shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. The technical proposal must not contain reference to cost; however, resource information, such as data concerning labor hours and categories, materials, subcontracts, etc., must be contained in the technical proposal so that your understanding of the scope of the work may be evaluated. It must disclose your technical approach in sufficient detail to provide a clear and concise presentation that includes, but is not limited to, the requirements of the technical proposal instructions. The business proposal must contain the following information: 1) A signed offer that contains the name and address of the firm and the name, address, e-mail address, and telephone number of the person authorized to negotiate and bind the firm; 2) A task-by-task budget, with a budget explanation; 3) (As the Government is offering a Fixed Price award) a proposed payment plan based on the following deliverables: Evaluation framework report- October 30, 2004 Meeting format- December 15, 2004 Completion of the project- March 30, 2005 The proposals must be signed by an official authorized to bind your organization. You must submit your technical and business proposals electronically (Microsoft compatible) to: Jay.Zagursky@ed.gov. The Government will make award to the responsible offeror whose offer conforms to the solicitation, has no deficiencies (as defined in FAR 15.301) and is most advantageous to the Government, cost or price and other factors considered. For this solicitation, price will be a substantial factor in source selection, however quality factors (technical merit,) considered together, are significantly more important than cost or price. The contracting officer will determine whether the difference in quality is worth the difference in cost or price. Evaluation Criteria: The Government will evaluate proposals in accordance with the evaluation criteria described below: School Leadership Grants: Review of Project Evaluation Designs: Quality of Project Design ? 50 points Factors for consideration: The extent to which the offeror articulates a clear understanding of the School Leadership Program, and of the design and implementation of evaluations of similar projects or programs; The extent to which the offeror is able to clearly describe their understanding of the expectations for this initiative; The extent to which the offeror presents a clear and cohesive plan for addressing the tasks that is based in theory and practice. Organizational Capability ? 30 points Factors for consideration: The ability of the offeror organization to carry out the tasks as outlined including adequacy of support such as facilities, equipment, supplies, and other resources; The qualifications of project personnel including the extent to which key personnel have relevant experience in making the logistical arrangements for as well as preparing for and conducting meetings of similar size and scope. Quality of the Management Plan ? 20 points Factors for consideration: The adequacy of the management plan to achieve the objectives including clearly defined responsibilities, timelines and milestones for accomplishing project tasks. Proposals may not exceed 10 typewritten pages, and any resume attached to a proposal may not exceed 2 typewritten pages. It is understood that proposals will become part of the official contract file. This announcement does not commit the Government to pay any cost for the preparation and submission of a proposal. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. Taxpayer Identification (FAR 52.204-3): "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701 (c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. Taxpayer Identification Number (TIN). TIN: TIN has been applied for. TIN is not required because: Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; Offeror is an agency or instrumentality of a foreign government; Offeror is an agency or instrumentality of the Federal government. Type of organization. Sole proprietorship; Partnership; Corporate entity (not tax-exempt); Corporate entity (tax-exempt); Government entity (Federal, State, or local); Foreign government; International organization per 26 CFR 1.6049-4: Other: DATA Universal Numbering System (DUNS) Number (FAR 52.204-6): Please enter the offeror's DUNS number below. The DUNS number is a nine digit number assigned by Dun and Bradstreet Information Services. DUNS Number: If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1 800 333 0505. This information can also be obtained via the Internet at the following URL: http://www.customerservice@dnb.com/dunsno/dunsno.htm The offeror should be prepared to provide the following information: Company name, Company address, Company telephone number, Line of business, Chief executive officer/key manager, Date the company was started, Number of people employed by the company, Company affiliation. General Financial and Organizational Information: Offerors or quoters are requested to provide information regarding the following items in sufficient detail to allow a full and complete business evaluation. If the question indicated is not applicable or the answer is none, it should be annotated. If the offeror has previously submitted the information, it should certify the validity of that data currently on file at ED or update all outdated information on file. Contractor's Name: Address (If financial records are maintained at some other location, show the address of the place where the records are kept): Telephone Number: Individual(s) to contact re this proposal: Cognizant Government: Audit Agency: Address: Auditor: Work Distribution for the Last Completed Fiscal Accounting Period: Sales: Government cost-reimbursement type prime contracts and subcontracts: Government fixed-price prime contracts and subcontracts: Date Company Organized: Manpower: Total Employees: Direct: Indirect: Standard Work Week (Hours): Date of last pre-award audit review by a Government agency: (If the answer is no, data supporting the proposed rates must accompany the cost or price proposal. A breakdown of the items comprising overhead and G&A must be furnished.) Small Business Program Representations: The North American Industry Classification System (NAICS) code for this acquisition is 541720: The small business size standard is $6,000,000. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. Representations. The offeror represents as part of its offer that it is or is not a small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it is, or is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it is, or is not a women-owned small business concern. Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it is, or is not a veteran-owned small business concern. Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.] The offeror represents as part of its offer that it is, or is not a service-disabled veteran-owned small business concern. Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision."] The offeror represents, as part of its offer, that-- It is, or is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and It is, or is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture: Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. Definitions. As used in this provision-- "Service-disabled veteran-owned small business concern"- Means a small business concern-- Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and the management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern-- Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and the management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern-- Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and Whose management and daily business operations are controlled by one or more women. Notice. If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-- Be punished by imposition of fine, imprisonment, or both; Be subject to administrative remedies, including suspension and debarment; and Be ineligible for participation in programs conducted under the authority of the Act. Offerors should be registered on the Central contractor Registrations at www.ccr.gov. Offerors should be aware that all payments will be by electronic funds transfee system.
- Place of Performance
- Address: Contractor's place of business and meeting location in Washington, DC Metro Area
- Record
- SN00653543-W 20040827/040826074607 (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 |