SOURCES SOUGHT
U -- Admissions Enrollment Planning Services (EPS)and Tagging Service
- Notice Date
- 9/17/2011
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-EPS-SS
- Response Due
- 9/20/2011
- Archive Date
- 11/19/2011
- Point of Contact
- Mark Draluck, 8459388173
- E-Mail Address
-
MICC - West Point
(mark.draluck@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from all businesses capable of performing the required services. THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close 20 September 2011 at 1400 PM EST. The Mission and Installation Contracting Command at the United States Military Academy, West Point, NY, has an anticipated requirement to procure Enrollment Planning Services (EPS) to allow us to discover our best prospects with a Web-delivered data service and market analysis tool. This EPS pinpoints the high schools and geographical markets that contain our best prospects. The EPS shall be capable of zeroing in on your most promising new students using data from SAT, AP, and PSAT/NMSQT ; telling us which students are sending SAT scores to us and our competition; letting us see the data by high schools, states, counties, geographical markets, zip codes, metropolitan statistical areas (MSA), and international regions; showing how our competition is performing in these areas and calculates our share of the market; being accessible from the internet; targeting the right students and building diversity; attracting students from a wide variety of backgrounds by compiling a variety of student information including: academic interest, academic performance, primary language, religion, ethnicity, gender, average household income, College-bound rates, In-state and out-of-state mobility rates, and Advanced Placement Program (AP) information, SAT, PSAT/NMSQT, and AP performance; and gaining access to addresses, phone numbers, and College Board (CEEB) code numbers for over $25,000 high schools allowing us to communicate directly with guidance counselors and other administrators who help shape students' college choices. In addition, West Point has an anticipated requirement for a geodemographic tagging service that identifies and groups students according to neighborhood and high school. West Point will just have to provide a zip code and a high school name, and the service will create profiles of prospective students that reveal who these students are: academically, financially, geographically. This will allow us to identify the type of student most likely to apply to enroll at West Point by clustering data by mean SAT scores, average acceptance rate at targeted colleges, percent of minority students, parents' average income and educational level, academic credentials, In-State and Out-of State mobility rates, standardized test scores, number of AP programs, and college-prep courses. In addition these services will have the capability of fully integrating with West Point's current Student Search Services. The anticipated period of performance for this requirement will be a one (1) year. Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 611710 with a Small Business Size Standard of $ 7 M. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform the services listed. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc. 3. Prior/current experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. 4. State the lead time (days) necessary for your firm to begin performance after award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/241b3aae5798bff08efb07ad610aaacc)
- Place of Performance
- Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN02581612-W 20110919/110917233828-241b3aae5798bff08efb07ad610aaacc (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 |