SOURCES SOUGHT
A -- 2011–12 NATIONAL POSTSECONDARY STUDENT AID STUDY (NPSAS:12) - Draft Performance Work Statement (PWS)
- Notice Date
- 4/15/2009
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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-IES-09-R-0015
- Point of Contact
- Deila Johnson,, Phone: (202)245-6183, Natasha Boyce,, Phone: 202-245-6128
- E-Mail Address
-
deila.johnson@ed.gov, Natasha.Boyce@ed.gov
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS Synopsis: The U.S. Department of Education (ED) is conducting market research for the National Postsecondary Student Aid Study. Abstract: The United States Department of Education has a requirement for a large, complex data collection that assesses how students and their parents pay for college. The National Postsecondary Student Aid Study (NPSAS) is designed to collect information on a nationally representative sample of students attending postsecondary institutions. The study provides information about the costs of postsecondary education and how students and their families meet these costs. Contract options include: conducting the full-scale study in 2011 instead of 2012 (Option 1); state-representative samples of students enrolled at public 2-year, public 4-year, private not-for-profit 4-year, and for-profit institutions (Option 2); supplementing the sample size and questionnaire content to meet specific policy interests (Options 3 and 4, respectively); examining the effectiveness of offering incentives to increase participation of sampled students and postsecondary institutions (Options 5); identifying and following-up first-time beginning postsecondary students in the Beginning Postsecondary Students (BPS) longitudinal studies of 2014 and 2017 and identified as BPS:12/14 and BPS:12/17 (Options 6 and 7, respectively); collecting high school transcript data during BPS:12/14 (Option 8); collecting postsecondary transcript data during BPS:12/17 (Option 9); collecting financial aid data from institutions students attended in 2011-2014 as part of BPS:12/14 (Option 10); collecting financial aid data from institutions students attended in 2014-2017 as part of BPS:12/17 (Option 11), and matching students that were in the BPS:04/06/09 cohort to various administrative databases in 2011 to see if anyone obtained degrees beyond BPS:04/09 (Option 12). Data will be collected primarily via the web and include self-administered, telephone interview, and fieldwork. Although different modes of collection are anticipated, the system will be web-based. This study will culminate in documented data files, electronic codebooks, data analysis systems, and tabulations/descriptive reports for the base contract and option(s). Information Gathering: ED seeks small businesses to submit a Statement of Capability (SOC) electronically with a maximum length of 5 (five) double-spaced pages, excluding resumes, total font size no smaller than 12-point. Resumes of 2-3 key personnel should be attached. Please see attached Draft Performance Work Statement. The SOC should: • Demonstrate qualifications, knowledge and experience of managing national large scale sample surveys. • Demonstrate successful experience in conducting large scale national surveys for postsecondary education institutions and individuals, as well as, the key staff, consultants or subcontractors: • Demonstrate that the project director and associate project directors have extensive experience in managing national large scale sample surveys with interrelated databases; expertise with higher education data; and thorough familiarity with the higher education community. • Demonstrate that the project director and key staff (including associate project directors) have successful experience in conducting large scale national surveys for postsecondary education institutions and individuals and government clearance procedures. • Demonstrate that key staff have successful experience with sample design, imputation, and variance estimation (both Taylor series and BRR replication methods). • Demonstrate the ability to conduct studies at the level and complexity required by this contract. The corporation must possess functional expertise in the following areas: o The design and use of national statistical samples of postsecondary education institutions and persons; o The preparation of OMB clearance packages; o The ability to foster communication with experts in the field and demonstrate the ability to hold large meetings and solicit advice from technical review panel members; o The conduct of large-scale CATI operations and web-based data collections; o The conduct of cognitive lab testing; o The conduct of econometric analysis of schooling decisions; o The conduct of obtaining administrative data from multiple sources; o The processing, maintenance, and control of large data bases; o The development and implementation of confidentiality systems; o The development of data files which can be used to merge informa¬tion from multiple data sets; o The development of clear and complete documentation for data files; o The weighting of complex samples and the impu¬tation for missing data by multiple methods; o Methods to ensure non-disclosure of case-level identifying information; and o The preparation of materials that meet NCES statistical and publication standards. • Provide experience in conducting projects of similar size, scope, and complexity by identifying three contracts and/or subcontracts completed during the past three years or currently in process. Contracts identified may include those entered into with the federal government, local or state government, or commercial customers. Interested small business parties are asked when submitting the Statement of Capability (SOC) to include the following information: 1) Company Name and Mailing Address and 2) Point of Contact (name, title, e-mail address, and telephone number). This RFI is being used to determine if sufficient interest and capability exists regarding potential future solicitation. This notice is provided as information to the marketplace and is an invitation for interest. Information submitted in response to this RFI may be used as a basis for future solicitations and/or as a basis for more in-depth research of an organization's capability. The Government will not pay for the provision of any information nor will it compensate any respondents for providing this information. This notice is NOT A REQUEST FOR PROPOSALS and in no way obligates the Government to award any contract. ED will not be responsible for any costs incurred in responding to this RFI. All responses to this request for information should be sent to the following e-mail address: Natasha.Boyce@ed.gov by Monday, April 27, 2009, by 4:30 pm EST. **Please e-mail all information and feedback to Natasha.Boyce@ed.gov**
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=629d1164be5cdc3505c205a12676e85b&tab=core&_cview=1)
- Place of Performance
- Address: 400 Maryland Ave, SW, Washington, District of Columbia, 20202, United States
- Zip Code: 20202
- Zip Code: 20202
- Record
- SN01793621-W 20090417/090415223416-629d1164be5cdc3505c205a12676e85b (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 |