SPECIAL NOTICE
B -- "Vendor Collaboration" Effectiveness of Promising Strategies in Federal College Access Programs - Draft PWS
- Notice Date
- 6/7/2012
- Notice Type
- Special 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, District of Columbia, 20202
- ZIP Code
- 20202
- Solicitation Number
- IESTE120004
- Archive Date
- 10/2/2012
- Point of Contact
- Natasha Boyce, Phone: 202-245-6128, Pamela W. 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
- Pre-Solicitation Conference Details Draft PWS CAPABILITY STATEMENT INSTRUCTIONS AND EVALUATION CRITERIA EFFECTIVENESS OF PROMISING STRATEGIES IN FEDERAL COLLEGE ACCESS PROGRAMS The U.S. Department of Education (ED) is conducting market research. This sources sought notice is being used to determine if sufficient interest and capability exists regarding a potential future solicitation. This notice is provided as information to the marketplace and is an invitation for potential offerors to express interest and provide information regarding their relevant capabilities. Information submitted in response to this notice may be used as a basis for a future solicitation and/or as a basis for more in-depth research of an organization's capability. The National Center for Education Evaluation, within ED's Institute of Education Sciences, anticipates the award of a five-year, hybrid contract that includes an experimental study of college savings accounts in GEAR UP. The contract will also include an option for an experimental study of a yet-to-be determined promising strategy in Upward Bound. ED seeks capability statements from small businesses only, including Hubzones, Service Disabled Veteran owned, Women owned, 8(a), and Small Disadvantaged businesses. Capability Statement Instructions In response to the attached Draft Performance Work Statement (PWS), ED hereby solicits capability statements from eligible contractors. These statements shall be no longer than 5 pages (single-spaced, with a minimum of one-inch margins and 12 point font). The capability statement should describe the qualifications and experience of key personnel, as well as related corporate experience and capacity, in each of the bulleted required capabilities. Contractors should include up to five resumes in the appendix. Only resumes for key personnel that would work on the contract are to be included. Each resume should clearly document that individuals have the experience and expertise described below. Each resume should be no longer than 5 pages. The resumes will not be counted as part of the 5 pages of the capability statement. Required Capabilities: • Substantive knowledge of and experience with research on federal and other programs designed to promote college attendance of students from disadvantaged backgrounds, including GEAR UP and Upward Bound; and substantive knowledge and experience with research on college savings. • Experience in the design and conduct of complex experimental evaluations of education interventions that involve sophisticated analytic techniques to assess program impact, including studies that random assignment of students. • Experience in large-scale collection and analysis of high school transcript data, including coursetaking information and standardized tests score information from multiple districts and states; and experience in collection and analysis of National Student Clearinghouse Data and federal student aid data; • Experience in development and large-scale administration of surveys of low-income student and parents, large-scale collection of active parental consent forms for high school students, and surveys of project directors of college access programs; • Adequacy of time commitment and evidence of successful work in managing, designing, and conducting previous rigorous, large-scale random assignment evaluations in multiple districts and states of a similar nature in school settings. • 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 Teaming Arrangements: All teaming arrangements shall include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. NAICS codes: SBA size standards changed on March 12, 2012. All small businesses are encouraged to ensure their ORCA and CCR designations are correct. 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. Please address each requirement in the order listed above. 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 Sources Sought Notice is part of the Department's Vendor Communication plan and the sole intent 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. The U.S. Department of Education (the Department) is also hosting a Pre-solicitation Conference that is open to all responsible offerors as part of the Department's Vendor Communication plan. The Pre-solicitation Conference will be held as follows: Date: June 15, 2012 Time: 1:00 p.m. to 3:00 p.m. Eastern Time Location: Capital Place Building 80 F Street, NW, Washington, DC 20208 The conference will be held in the Large Board Room on the first floor. Registration is required for the event. Please click the link for more information: Contracting Office Address: 550 12th Street, SW, 7th Floor Washington, District of Columbia 20202 Primary Point of Contact: Natasha Boyce, Contract Specialist Natasha.Boyce@ed.gov Phone: (202)245-6128 Fax: 202-245-6297 Secondary Point of Contact: Pamela Bone, Contracting Officer Pamela.Bone@ed.gov Phone: (202)245-6181 Fax: 202-245-6297
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/IESTE120004/listing.html)
- Record
- SN02769735-W 20120609/120608000227-b7d405c4d9dfa6f4b86b3ecba07abc99 (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 |