Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOURCES SOUGHT

R -- Technical Assistance to States and School Districts on Dropout Prevention and Recovery

Notice Date
6/6/2011
 
Notice Type
Sources Sought
 
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
ESETP-110001
 
Point of Contact
Tom Smith, Phone: 202-245-6179, Gabriella I. McDonald, Phone: 202-245-6188
 
E-Mail Address
Thomas.Smith@ed.gov, gabriella.mcdonald@ed.gov
(Thomas.Smith@ed.gov, gabriella.mcdonald@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
Technical Assistance to States and School Districts on Dropout Prevention and Recovery ESETP110001 This Sources Sought Notice is for Market Research and thus is for information and planning purposes only, and should not be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this Notice. No reimbursement will be made for any costs associated with providing information in response to this Notice. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. This synopsis does not constitute a Request for Proposal (RFP). Description: The Department of Education (ED) requires a contractor to provide technical assistance and support that will assist ED in building the capacity of recipients of High School Graduation Initiative (HSGI) grants and other state educational agencies (SEAs) and local educational agencies (LEAs) in designing and implementing effective dropout prevention and recovery efforts. Services provided by the contractor shall include: providing direct technical assistance to LEAs to support their implementation of cohort-based analyses of longitudinal student data to identify "early warning" signs that students may be at-risk of dropping out and for other purposes; producing a resource guide for LEAs on carrying out cohort-based analyses of longitudinal student data; producing webinars on best practices in dropout recovery in rural communities; and carrying out technical assistance meetings (including the development and delivery of the content for these meetings) to promote the effective implementation of HSGI grants, with a particular focus on promoting the effective implementation of dropout recovery and reentry activities. Background: Authorized under Title I, Part H of the ESEA (20 U.S.C. 6551), HSGI awards discretionary grants for up to 60 months to SEAs and LEAs to support the implementation of effective, sustainable, and coordinated dropout prevention and reentry programs in schools that serve students in grades 6 through 12 and that have event dropout rates that are above the State average event dropout rate or are middle schools that feed students into such schools. Grantees are required to use grant funds to establish, enhance, or expand effective early intervention programs designed to identify at-risk students and prevent such students from dropping out of school and effective programs to identify and encourage youth who have already dropped out of school to reenter school and complete their secondary education. ED awarded 29 60-month grants in September 2010. The Notice Inviting Applications for New Awards for Fiscal Year (FY) 2010 was published in the Federal Register on June 18, 2010 and can be found on ED's website at the following link: www2.ed.gov/legislation/FedRegister/announcements/2010-2/061810e.html Objective: This Request for Information (RFI) is to assist in a small business determination and to seek capability statements from potential offerors. If a potential offeror has an applicable Federal Supply Schedule, specific mention including the GSA contract number should be included with the capability statement. ED anticipates a Fixed Price Performance-Based Acquisition (PBA) with mission-oriented objectives. Capability statements shall be no longer than 10 pages. Interested parties should include resumes of key personnel who will work on the project in the appendix; these resumes will not be counted as one of the 10 pages of the capability statement. If any of the qualifications or experience described in the contractor's capability statement is met through consultants or subcontractors, the contractor shall provide evidence of the commitment of these consultants or subcontractors to work on this project. The contractor also shall describe its experience in identifying and managing multiple consultants and subcontractors for different tasks. The capability statement should address the following qualifications and experience of key staff or subcontractors: • Experience carrying out qualitative and quantitative social sciences research and evaluation activities in the field of education, including, particularly, research and evaluation related to secondary schools, school improvement, academic intervention strategies, dropout prevention, and dropout recovery. • Experience producing technical assistance guides on issues related to secondary school improvement for school district personnel. • Expertise and experience in carrying out cohort-based analyses of longitudinal student data, including, particularly, student data from local school districts. • Expertise in issues related to improving the quality and effectiveness of rural education. • Experience designing and conducting technical assistance meetings on secondary school improvement topics for education administrators, including, particularly, school district and school-based administrators. This experience should not be limited to making logistical arrangements, but should also include experience in developing content for these technical assistance meetings. • Experience with planning and coordinating and developing the content for presentations and/or interactive events involving multiple participants and the use of webinar technology. Structure of Responses: Offerors should submit capability statements in respond to this RFI by e-mail (only) to the Contract Specialist, copying the Contracting Officer, by June 17, 2011, 1:00 p.m. Eastern Time. Responses should be limited to a maximum of 10 pages, using 12 point font, and include Company Name, DUNS Number, Company Address, Point of Contact, Telephone Number, e-mail Address, and Size of your Organization as validated via the Central Contractor Registration (CCR). The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry by industry basis. The suggested NAICS codes for this acquisition are 541720, Research and Development in the Social Sciences and Humanities, or 611710, Educational Support Services. The size standard for both codes is based on average annual receipts of $7,000,000 for three most recent completed fiscal years. Based on the size standard established, please provide whether or not your company is classified as a small business. If you are a small business please also indicate if you are an 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, or women-owned small business as appropriate. Contract Specialist: Tom Smith Thomas.Smith@ed.gov 202-245-6179 Contracting Officer: Gabriella McDonald Gabriella.McDonald@ed.gov 202-245-6188 Disclaimer: The requested information to be provided is for planning purposes only and does not constitute a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ESETP-110001/listing.html)
 
Record
SN02465495-W 20110608/110606235132-d331ff6472cb08f522d00170fb25e045 (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.