SOLICITATION NOTICE
A -- Impact Evaluation Support of School Principals - DRAFT PWS - Principals
- Notice Date
- 2/6/2014
- Notice Type
- Presolicitation
- 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
- ED-IES-14-R-0008
- Point of Contact
- Jonathan Bettis, Phone: 202-245-6971, Veronica L. Price, Phone: 202-245-6158
- E-Mail Address
-
jonathan.bettis@ed.gov, veronica.price@ed.gov
(jonathan.bettis@ed.gov, veronica.price@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS - Impact Evaluation of Support for Principals The National Center for Education Evaluation and Regional Assistance (NCEE) of the U.S. Department of Education's (Department) Institute of Education Sciences (IES) intends to evaluate the impact of offering school principals professional development to improve school leadership and management with the ultimate goal of improving student achievement. The professional development to be studied is expected to be intensive and focused on a variety of important leadership skills ranging from strategic hiring and staffing to promoting school climate and high expectations that support school improvement. This notice is NOT a request for proposal, but a synopsis notice for an anticipated Fiscal Year 2014 contractual action. The anticipated acquisition strategy for an unrestricted, full and open Request for Proposals (RFP) will be posted on the Federal Business Opportunities (FBO) website on or about February 28, 2014. The Government intends to award one hybrid contract (Firm-Fixed Price and Cost Reimbursement) to the responsible offeror whose proposal is most advantageous to the Government after evaluation. However, a final determination regarding the acquisition strategy and contract type will be made after completion of the Vendor Collaboration Event and market research activities scheduled to be conducted on February 13th. (See the Vendor Collaboration Webinar for Impact Evaluation of Support for School Principals - Special Notice, for details.) All responsible vendors may submit a proposal by the closing date of the RFP that, if timely received and responsive to the terms and conditions of the RFP, shall be given fair consideration by the Department. Requirement Overview: This requirement includes an 18-month Base Period and four option periods of varying lengths that would result in one five-year (60 month) period of performance. The Base Period includes the selection of professional development providers, recruitment of the study sample and implementation of summer professional development activities, development of data collection forms and development of the Office of Management and Budget (OMB) forms clearance package, a Technical Work Group (TWG) meeting, a design report, and initial Professional Development (PD) implementation. Option Period I includes coaching, professional development seminars, and survey data collection during the first year of implementation and year one extant data collection. Option Period I is 16 months and overlaps with the Base Period by four months. Option Period II includes year two survey data collection, analyses of year one data, a TWG meeting to discuss year one findings, and an implementation report with intermediate impacts on year one of the study. Option Period II is 16 months and overlaps with the Option Period I by four months. Option Period III is 16 months and overlaps with the Option Period II by 4 months. Option Period III includes year two extant data collection, analyses of year two data, a TWG meeting to discuss year two findings, a data file for the year one report, and a draft impact report using year two data. Option Period IV is 10 months and does not overlap with the Option Period III. Option Period IV includes a final report using year two data as well as a data file for the final report. The contractor will be responsible for ensuring that professional development will be offered to principals assigned to treatment status starting the summer prior to year one of the study. In addition, ongoing support for principals will be offered throughout year one of the study. Data collection will include both years one and two of the study, allowing a one year follow-up after all professional development has been offered. If the Government exercises Option Periods I-IV, the following key research questions will be addressed: • What are the principal professional development experiences and initial impacts on school climate and educator behaviors (e.g., hiring and recruitment activities, staffing decisions and strategies, interactions with teachers and leadership in other schools and the district, educational support and activities provided for teachers)? • What are the impacts on teacher retention, the effectiveness of instructional staff, and student achievement? Primary Point of Contact.: Jonathan E. Bettis, Contract Specialist Jonathan.Bettis@ed.gov (202) 245-6971 Secondary Point of Contact Veronica L. Price, Contracting Officer Veronica.Price@ed.gov (202) 245-6158
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-IES-14-R-0008/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20202, United States
- Zip Code: 20202
- Zip Code: 20202
- Record
- SN03282706-W 20140208/140206234528-75e204db0a48b54ebceb808957354f3c (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 |