SOURCES SOUGHT
A -- INTEGRATED POSTSECONDARY EDUCATION DATA SYSTEM WEB-BASED DATA COLLECTION - DRAFT IPEDS PWS for RFI
- Notice Date
- 11/29/2012
- Notice Type
- Sources Sought
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- 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-13-R-0012
- Archive Date
- 12/22/2012
- Point of Contact
- Natasha Boyce, Phone: 202-245-6128, Deila Johnson,
- E-Mail Address
-
Natasha.Boyce@ed.gov, deila.johnson@ed.gov
(Natasha.Boyce@ed.gov, deila.johnson@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- IPEDS PROGRAM ASSESSMENT TEMPLATE DRAFT IPEDS PWS for RFI REQUEST FOR INFORMATION: The U.S. Department of Education (ED) is conducting market research. This sources sought notice is being used to determine if sufficient interest and capability exists regarding a potential future solicitation. This notice is provided as information to the marketplace and is an invitation for potential offerors to express interest and provide information regarding their relevant capabilities. Information submitted in response to this notice may be used as a basis for a future solicitation and/or as a basis for more in-depth research of an organization's capability. The National Center for Education Statistics, within ED's Institute of Education Sciences, anticipates the award of a five-year contract that includes four cycles of data collection and dissemination activities for the Integrated Postsecondary Education Data System (IPEDS) survey. The contract will also include two options - one which will help integrate the Campus Crime survey and the Equity in Athletics Disclosure Act survey into the IPEDS web-based data collection system and one for the redesign and further development of the College Navigator website. ED seeks capability statements from SMALL BUSINESSES only, including Hubzones, Service Disabled Veteran owned, Women owned, 8(a), and Small Disadvantaged businesses. Capability Statement Instructions In response to the attached Draft Performance Work Statement (PWS), ED hereby solicits capability statements from eligible contractors. These statements shall be no longer than 5 pages (single-spaced, with a minimum of one-inch margins and 12 point font). Contractors should include up to five resumes in the appendix. Only resumes for key personnel that would work on the contract are to be included. Each resume should clearly document that individuals have the experience and expertise described below. Each resume should be no longer than 5 pages. The resumes will not be counted as part of the 5 pages of the capability statement. The capability statement should describe the collective expertise of key personnel, in each of the following areas: The capability statement should describe the qualifications and experience of key personnel, as well as related corporate experience and capacity, in each of the following areas: • Experience and substantive knowledge of postsecondary education, research in the field, and federal data collections and analysis related to postsecondary education. • Experience in design and conduct of large-scale, complex, administrative data collections from approximately 7,500 postsecondary education institutions of all types, sizes, and degrees of sophistication with data systems, data entry, and submission. • Experience in building and managing a Help Desk/Call Center with the capacity to successfully handle approximately 70,000 total (inbound and outbound) calls per year and approximately 9,000 email exchanges to the satisfaction of the caller/requestor and the contracting agency, including building and maintaining software to record all contacts with institutions/entities for reporting compliance purposes. • Experience in implementing quality control procedures for large-scale, complex data collections, including statistical techniques such as perturbation and imputation. • Experience in the production of multiple technical publications per year (approximately 150-200 tables) adhering to NCES Statistical Standards, including experience with the IES publication review process required for release of a publication. • Experience in building and maintaining complex online data analysis tools that allow for multiple levels of analysis, including institutional level and aggregation by institution type, state, etc., as well as trend analysis and building custom data files for user download. • Experience in design, development, and delivery (including in-person and online delivery) of data collection and data use training for audiences ranging from the most novice data providers at under resourced institutions to the largest and most sophisticated universities and audiences of graduate students, faculty, and researchers in the postsecondary education community. • Experience in developing and executing an IT management plan, including cost and schedule management, quality management, and risk management. In addition, extensive IT investment reporting will be required. • Adequacy of time commitment and evidence of successful work in managing, designing, and conducting large-scale complex data collections. Teaming Arrangements: All teaming arrangements shall include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. NAICS codes: SBA size standards changed on March 12, 2012. All small businesses are encouraged to ensure their ORCA and CCR designations are correct. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Natasha Boyce, Contract Specialist at Natasha.Boyce@ed.gov. Please address each requirement in the order listed above. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates the Department to award a contract. The Sources Sought Notice is part of the Department's Vendor Communication plan and the sole intent is to obtain capabilities for set-aside and procurement planning purposes. 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 contract must be registered on the CCR located at http://www.ccr.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-IES-13-R-0012 /listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20202, United States
- Zip Code: 20202
- Zip Code: 20202
- Record
- SN02938962-W 20121201/121129234240-bcab1d342134914b9cc764527913c1fc (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 |