Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOURCES SOUGHT

U -- Providing Equitable Title I Services to Eligible Children Attending Private Schools in 14 Bypassed Local Educational Agencies in Virginia - Draft Statement of Work (DSOW)

Notice Date
3/6/2012
 
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
ED-ESE-12-R-0017
 
Point of Contact
Alice K. Mihill, Phone: (202)245-6207, Gabriella I. McDonald, Phone: 202-245-6188
 
E-Mail Address
alice.mihill@ed.gov, gabriella.mcdonald@ed.gov
(alice.mihill@ed.gov, gabriella.mcdonald@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
DSOW Background: This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information, for planning purposes, regarding: (1) the availability and capability of qualified small business sources to perform the work described below; and (2) the size classification of the available and capable sources relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The Department anticipates using the following NAICS Code: 611710 - Educational Support Services. Pursuant to 48 C.F.R. Part 10, the Government is conducting market research to: ● Determine what sources exist that are capable of satisfying the Government's requirements listed below; ● Determine the capabilities of potential contractors; ● Determine the size and status of potential sources; and ● Determine the level of competition. The anticipated award date is no later than 7/30/12. Draft Statement of Work (DSOW): Attached for your review is a Draft Statement of Work, which includes background, purpose of contract, legislative authority, scope of work, and tasks and deliverables. Capabilities: In order to successfully perform the work of this contract, interested parties must have ALL of the following competencies or the ability to provide all of these competencies: (Contractor must respond to all the following points by indicating your experience or the ability to provide the experience.) Services provided by the contractor shall include acting as the Local Educational Agency (LEA) for the provision of Title I Services for private school children, their teachers, and families. ● Consulting with private school officials; ● Designing, implementing, and evaluating Title I instructional, professional development, and parent involvement activities; ● Collecting data related to the number of private school children from low-income families; ● Calculating the amount of funding generated for instruction, professional development, and parent involvement for eligible private school children, their teachers, and families; and ● Determining student eligibility. The contractor shall demonstrate that its staff has expertise in current Title I policy related to Title I equitable services including services for eligible private school children, their teachers, and families. These areas of expertise are essential if the contractor is to successfully demonstrate that it can engage in the following activities: ● Designing and implementing Title I instructional programs for eligible private school children that are both compliant and effective in raising student achievement; ● Designing and implementing professional development activities for the classroom teachers of Title I private school participants that are compliant as well as effective in raising student achievement; and ● Designing and implementing parent involvement activities for the parents of participating Title I private school children. In addition, the contractor must demonstrate that its staff has expertise in: ● Evaluating the Title I instructional program provided for eligible private school children; ● Collecting data and using it to calculate the amount of Title I funding generated for instruction, professional development, and parent involvement activities for eligible private school children, their teachers, and families; ● Maintaining individual student records; and ● Preparing detailed monthly expenditure reports for Title I equitable services that provide information on the actual expenditures for instruction, professional development, and parent involvement activities. PAGE LIMIT FOR CAPABILITY STATEMENTS IS 15 PAGES. THE CAPABILITY STATEMENTS MUST DEMONSTRATE THE REQUIREMENTS OR THE ABILITY TO PROVIDE THE REQUIREMENTS OUTLINED ABOVE. Please address each in the order listed above. Business Information: 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 contractor must be registered in CCR located at http://www.ccr.gov/index.asp. 6. Identify all applicable classifications for your organization, such as: a. Small Business b. Woman-owned business c. 8(a) business d. Large business e. Small disadvantaged business f. HUBZone business g. SDVOB business h. Non-profit 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. Teaming Arrangements: All teaming arrangements or Joint Ventures shall include the above cited information and for each entity on the proposed team. Teaming arrangements are encouraged. Due Date: Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Alice.Mihill@ed.gov and carbon copy Gabriella.McDonald@ed.gov. Responses must be submitted no later than 12 p.m., Eastern Time, Monday, March 19, 2012. Capability statements will not be returned and will not be accepted after the due date. The Department will entertain questions through 12 p.m., Eastern Time, Friday, March 9, 2012. Questions will not be accepted after this date. Please submit questions via email to Alice.Mihill@ed.gov and carbon copy Gabriella.McDonald@ed.gov. Please Note: If two or more small businesses show the capability to satisfactorily fulfill this requirement, the Contracting Officer will set this procurement aside for small businesses. PARTICIPATION IN THE MARKET RESEARCH IN NO WAY INFLUENCES THE SOURCE SELECTION FOR THESE SERVICES. This is not an invitation for bid, request for proposals or other solicitation. The sole purpose of this Sources Sought notice is to obtain capabilities for possible set-aside and procurement planning purposes. This Sources Sought Notice is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information or responses submitted as the result of this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-ESE-12-R-0017/listing.html)
 
Record
SN02690201-W 20120308/120307120714-0a26a4ffc64e8f62d8382688d45130a6 (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.