SPECIAL NOTICE
B -- U.S. Department of Education, RECOVERY - An Impact Evaluation for the Teacher Incentive Fund - Request for Information (RFI)
- Notice Date
- 6/15/2009
- Notice Type
- Special Notice
- 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
- Rert090041
- Point of Contact
- Deila Johnson, Phone: (202)245-6183, Pamela Bone , Phone: 202-245-6181
- E-Mail Address
-
deila.johnson@ed.gov, pamela.bone@ed.gov
(deila.johnson@ed.gov, pamela.bone@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft TIF Performance Work Statement The U.S. Department of Education (ED) is conducting market research. This RFI is being used to determine if sufficient interest and capability exists regarding potential future solicitations. 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. ED's Institute of Education Sciences (IES), National Center for Education Evaluation (NCEE) has a contract requirement to conduct a rigorous national evaluation of the grant program named Teacher Incentive Fund Program (TIF). The law states that randomized controlled methodology must be utilized to the extent feasible. The purpose of the study is to assess the impact of performance-based teacher and principal compensation systems supported by funds of the American Recovery and Reinvestment Act (ARRA) of 2009. Information Gathering: ED seeks capability statements from small businesses. Capability Statement Instructions: In response to the attached Draft Performance Work Statement, the U.S. Department of Education hereby solicits capability statements from eligible contractors. These statements shall be no longer than 6 pages. Contractors should include resumes in the appendix (no more than 5 resumes shall be included and only resumes for key personnel that will work on the task order are to be included); these resumes will not be counted as one of the 6 pages of the capability statement. Interested contractors (the primary contractor and/or subcontractors) must have experience with conducting large-scale, multi-site random assignment impact evaluations with preference for prior experience within the school day. Corporate experience in conducting random assignment impact evaluations in schools is required. Corporate experience with sophisticated econometric modeling including HLM analyses as well as experience with regression discontinuity, interrupted time series analyses, and matched comparison designs are also required. Interested contractors should have prior demonstrated experience, at the corporate level, with rigorous research on teacher issues and demonstrated knowledge of teacher compensation strategies. The capability statement should address the following qualifications and experience of key staff: • Conducting random assignment impact evaluations in addition to other analytic techniques to assess effectiveness (including regression discontinuity and propensity scoring techniques). Contractors should document their random assignment, regression discontinuity, and econometric modeling expertise, including experience with study design, site recruitment, and data analysis. The Project Director, Co-Project Director, and/or Principal Investigator must have significant expertise in these areas. Preference will be given to contractors who have experience with conducting cluster random assignment impact evaluations in schools. • Conducting large-scale, multi-site studies in educational settings. Contractors should describe the multi-site studies in educational settings that have been conducted. The size of the studies (sites, teachers, students, etc.) should be included, as well as the specific role that key proposed staff played within these studies. • Research on teacher compensation. Contractors should document their experience with research on teacher issues with an emphasis on teacher compensation strategies. A preference will be exhibited for experience related to offerors with team members with knowledge of and implementation of teacher compensation strategies and research. • Working with program grantees. Contractors should document their experience in gaining the cooperation of grantees for an evaluation effort. Interested small business parties are asked when submitting the Capability Statements to include the following information: 1) Company Name and Mailing Address and 2) Point of Contact (name, title, e-mail address, and telephone number). The deadline for submitting capability statements is Thursday, June 25, 2009 by 2:00 p.m. EST via e-mail to the following: Deila.Johnson@ed.gov Note: 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 PROPOSAL and in no way obligates the Government to award any contract. ED will not be responsible for any costs incurred in responding to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/Rert090041/listing.html)
- Place of Performance
- Address: United States Department of Education, Institute of Education Science, Washington, District of Columbia, US, Washington, District of Columbia, 20202, United States
- Zip Code: 20202
- Zip Code: 20202
- Record
- SN01844934-W 20090617/090615234904-8d81e8048b16689e158d5f9c9c2a2bf7 (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 |