Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

D -- Migrant Bypass Contract

Notice Date
4/28/2010
 
Notice Type
Presolicitation
 
NAICS
611710 — Educational Support Services
 
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-ESE-10-R-0041
 
Point of Contact
Jason Wilson, Phone: 2022456527, Stephanie M. Girard, Phone: 2022456088
 
E-Mail Address
jason.wilson@ed.gov, Stephanie.Girard@ed.gov
(jason.wilson@ed.gov, Stephanie.Girard@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
The Office of Migrant Education (OME), within the U.S. Department of Education, may provide a grant to each State Educational Agency (SEA) to administer the Migrant Education Program (MEP) in accordance with Part C of the Elementary and Secondary Education Act (ESEA), as amended by the No Child Left Behind Act of 2001 (NCLB). Under certain conditions, Section 1307 of the ESEA allows the Secretary to make arrangements with a public or private nonprofit agency to carry out the purposes of the MEP for the benefit of migrant children who reside in a State that is unable or unwilling to operate a MEP. Currently, two States (Connecticut (CT) and Rhode Island (RI)) have chosen to not operate a MEP. With the awarding of the Bypass contract, the OME is exercising its authority under section 1307 to establish a MEP that will identify, recruit, and serve the eligible migrant children who reside in the States of Connecticut and Rhode Island. If necessary, the OME reserves the option of adding additional States to this contract through a supplemental task order and supplemental funding. The Department requires contractor support to operate a MEP for the benefit of migrant children who reside in the States identified in this PWS (CT and RI) and any other State(s) identified in a subsequent task order(s). These States will be referred to as the "target States" in the remainder of this synopsis. During the base year of the contract, the contractor shall perform the following major tasks: (1) create and implement an effective program design plan and process to identify, recruit, and serve migrant children in the target States; (2) identify and recruit eligible migrant children in the target States; (3) develop a comprehensive needs assessment (CNA) for each target State's children; (4) electronically collect data on identified migrant children and report minimum data elements (MDE) to the Migrant Student Information Exchange (MSIX); and (5) provide supplemental support services for identified children, including but not limited to, ensuring the exchange of their academic and health information using MSIX. During the first option year of the contract the contractor shall perform the following major tasks: (1) create and implement a service delivery plan (SDP) that addresses the needs identified in the CNA and are specific for each target State; (2) provide high-quality instructional and support services to migrant children as described in the target State's SDP; (3) perform a program evaluation and identify areas of improvement for each target State; and (4) conduct re-interviews of migrant parents and children for quality control. During the second, third and fourth option years, the contractor shall continue to operate a MEP for each target State, adhering to all requirements in this PWS, in Title I Part C of the statute, and in the MEP regulations (34 CFR) Part 200.81-200.89 and 34 CFR 200.100-103. The Government intends to award this contract on the basis of best value using Full and Open Competition among public and private nonprofit agencies. It is anticipated that the resulting contract will be a fixed-price-award-fee (FPAF) contract awarded to a single provider with a one-year base period with three (3) one-year option periods. Proposals shall be required within 30 days of the issuance of the RFP. EMAIL INQUIRIES IN LIEU OF TELEPHONE INQUIRIES WILL BE ACCEPTED. Electronic submissions will be accepted and should be directed to the following e-mail address: jason.wilson@ed.gov. Please include the name of a point of contact, e-mail address, telephone number and facsimile number. Questions will be addressed and posted to the following website: www.fbo.gov. With the exception of written questions pertaining to the solicitation, ED will not accept written correspondence, literature or any other proposal-type submissions from companies. The RFP is anticipated to be released on or about May 25, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-ESE-10-R-0041/listing.html)
 
Place of Performance
Address: 400 Maryland Avenue, Washington, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN02135057-W 20100430/100428235501-306b2ffc538e5759c9ad721c3fe3e609 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.