SPECIAL NOTICE
B -- "Vendor Collaboration" Evaluation of the Comprehensive Technical Assistance Centers - Draft PWS
- Notice Date
- 6/27/2012
- 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
- IESTE120020
- Archive Date
- 11/30/2012
- Point of Contact
- Sharon A. Masciana, Phone: 2022456132, Pamela W. Bone, Phone: 202-245-6181
- E-Mail Address
-
Sharon.Masciana@ed.gov, Pamela.Bone@ed.gov
(Sharon.Masciana@ed.gov, Pamela.Bone@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement CAPABILITY STATEMENT INSTRUCTIONS AND EVALUATION CRITERIA Evaluation of the Comprehensive Technical Assistance Centers 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 3-year base contract, with a two-year option period, to conduct a formative and summative evaluation of the Comprehensive Center Program. There are two additional optional tasks. ED seeks capability statements from small businesses only, including Hubzones, Service Disabled Veteran owned, Women owned, 8(a), and Small Disadvantaged businesses. ED is seeking capability statements only from small businesses, however, we welcome all responsible offerors to provide feedback and clarification questions regarding the Draft Performance Work Statement which will be taken in account as the Department puts together the procurement package. Capability Statement Instructions In response to the attached Draft Performance Work Statement (PWS), ED hereby solicits capability statements from eligible offerors. These statements shall be no longer than 5 pages (single-spaced, with a minimum of one-inch margins and 12 point font). Offerors 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 4 pages. The resumes will not be counted as part of the 5 pages of the capability statement. Key Personnel The capability statement should describe the collective expertise of key personnel, in each of the following areas: • Experience in designing and applying clear criteria to a range of research-based products, such as reports, briefs, and how-to guides, etc. Interested offerors should provide evidence of key personnel's successful past experience in designing and applying criteria to judge the quality of research based products in categories that align with those outlined in the Draft PWS. • Experience in designing and applying clear criteria to a range of technical assistance services, such as training, meeting facilitation, conferences, and ongoing consultations. Interested offerors should provide evidence of key personnel's successful past experience in designing and applying criteria to judge the quality of these services in categories that align with those outlined in the Draft PWS. • Experience in executing non-experimental and descriptive studies of education issues with the highest technical quality. Interested offerors should provide evidence of key personnel's successful past experience in executing studies of education issues using the most rigorous and appropriate methods to describe data and to detect significant changes over time. • Experience in writing about research and findings for a range of audiences, including practitioners and policymakers. Interested offerors should provide evidence of key personnel's successful past experience in writing research reports, briefs, and other documents that explain research findings for practitioners and policymakers as well as for other researchers. This should include experience preparing materials that are easily read and consumed by the intended audience while maintaining the highest standards. • Experience in providing technical support to organizations for the purpose of building organizational capacity for results based monitoring and evaluation systems. This should include identification of and data collection for indicators that measure education policy relevant outcomes. • Experience in developing tools, technical assistance, or data templates that can be used by researchers, policymakers, and practitioners. Interested offerors should provide evidence of key personnel's successful past experience in developing tools, technical assistance or data templates that can be used by a range of audiences. These items may include things such as programs that facilitate data entry and data analysis, and/or technical guides to assist with analyses that would be appropriate for educational settings. • Experience in identifying research questions and conducting research that is relevant to policymakers. Interested offerors should provide evidence of key personnel's successful past experience in identifying research questions and conducting research that is relevant to policymakers. This should include planning and executing research that is actionable and has clear implications for policy. • Experience in designing and managing large-scale, long-term projects. Interested offerors should provide evidence of key personnel's successful past experience in providing steady and long-term management and guidance to large-scale multi-task projects. This should include evidence of successful experience in overseeing projects with staff members representing a range of experience and expertise and demonstration of successful outcomes over periods of three to five years. Corporate Experience In addition, the capability statement should address the following experience at the corporate level: • Experience being responsive to changing needs and deploying staff appropriately. Interested offerors should provide evidence of successful corporate experience in managing work that fluctuates over time and is somewhat unpredictable in terms of form and content area. Interested offerors should provide evidence of their ability to be responsive to those needs and to successfully match the project needs with a range of staff capabilities. • Experience conducting projects similar in nature to that described in the draft PWS. Interested offerors should provide evidence of successful corporate experience with past projects that are similar to that described in the draft PWS in terms of the specific tasks to be performed and the level of effort required. Interested offerors should provide evidence of corporate experience judging the quality of products and services and assuring appropriate application of review criteria and standards as described within the Draft PWS. NAICS codes: SBA size standards changed on March 12, 2012. All small businesses are encouraged to ensure their ORCA and CCR designations are correct. Firms/Individuals who are serving as prime contractors, subcontractors, and/or consultants for the current Comprehensive Center grantees must submit a justification detailing that no conflicts of interest exist should they be awarded the contract, since the purpose of this contract will be to evaluate the Comprehensive Centers' products and services. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Sharon Masciana, Contract Specialist at Sharon.Masciana@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. Contracting Office Address: 550 12th Street, SW, 7th Floor Washington, District of Columbia 20202 Primary Point of Contact: Sharon Masciana Contract Specialist Sharon.Masciana@ed.gov Phone: (202)245-6132 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/IESTE120020/listing.html)
- Record
- SN02787800-W 20120629/120627235517-e114249e64cf67c44c51e2a2027b665f (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 |