Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2017 FBO #5588
SOURCES SOUGHT

U -- Providing Equitable Title I Services to Eligible Children Attending Private Schools in 54 Bypassed Local Educational Agencies in Missouri - Draft Performance Work Statement

Notice Date
3/10/2017
 
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
ESEP170051AP
 
Point of Contact
Endrias Leuleseged, Phone: 2022456171, Suzanne Casey, Phone: 202-245-8135
 
E-Mail Address
endrias.leuleseged@ed.gov, suzanne.casey@ed.gov
(endrias.leuleseged@ed.gov, suzanne.casey@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement U.S. Department of Education Office of Elementary and Secondary Education (OESE) Office of State Support Title of Project: Equitable Title I Services for Eligible Children Attending Private Schools in 54 Bypassed Local Educational Agencies in Missouri Background: This SOURCES SOUGHT NOTICE and REQUEST FOR INFORMATION (RFI) is for market research and planning purposes only and shall not be considered to be an obligation by the Government to acquire any products or services. This requirement is a re-compete of contract # ED-ESE-12-C-0061. 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 issuing this requirement through FBO using NAICS Code 611710 - Educational Support Services. While the precise acquisition strategy is yet to be determined, the Department is contemplating a cost reimbursement award with one (12) month Base Year and four (12) month Option Years and intends to issue a solicitation sometime in March 2017, with an anticipated award date of no later than September 2017. 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. Draft Performance Work Statement (DPWS): Attached for your review is a Draft Performance Work Statement, which includes background, purpose of contract, legislative authority, scope of work, and tasks and deliverables. Request for Capabilities: Interested parties are invited to submit a capability statement. Offerors are expected to demonstrate their ability to provide the services as stated in the Draft PWS. Page limit for capability statements are 15 pages, single spaced, and 12 point font (excluding tables). The capability statements must demonstrate vendors' ability to perform the requirements outlined below. Please address each in the order listed. 1.Offerors shall describe their experience and capability to 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, and parent and family engagement activities; ●Collecting data related to the number of private school children from low-income families; ●Calculating the amount of funding generated for instruction and parent and family engagement for eligible private school children, their teachers, and families; and ●Determining student eligibility. 2.Offerors shall describe their experience and capability 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 offeror 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 appropriate professional development activities for the classroom teachers that are required to provide quality, meaningful, and appropriate instruction to Title I private school participants; and ●Designing and implementing parent and family engagement activities for the parents and families of participating Title I private school children. 3.Offerors shall describe their experience and capability in the following areas: ●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, and parent and family engagement 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, and parent and family engagement activities. 4.Interested parties are requested to identify and describe any areas in the DPWS believed to be missing or in need of clarification. In addition, interested parties are asked to identify any competition barriers based on the DPWS and how it is written. The Government will review each capability statement based on the interested party's demonstrated qualifications, capabilities, expertise, experience and past performance for market research purposes. Business Information: Please provide the following Business Information (if applicable): 1.Company Name 2.Company Address 3.Company Point of Contact, phone number and email address 4.DUNS Number 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 on the CCR located at http://www.ccr.gov/index.asp. Responders should provide the NAICS code they believe is applicable to this PWS. 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.Current GSA Schedules, if any, appropriate to this Sources Sought 8.Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Responses to this RFI will be accepted via e-mail to the address listed below. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. Due Date for Capability Questions: Interested parties may submit questions regarding this sources sought via email to Endrias Leuleseged, Endrias.Leuleseged@ed.gov with a cc to Suzanne Casey, Suzanne.Casey@ed.gov by 11 AM EST on March 17, 2017. Questions received after this time may not be answered. Please note the Department will not release the estimated level of effort for this contract. Due Date for Capability Submission: Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Endrias Leuleseged, Endrias.Leuleseged@ed.gov with a cc: to Suzanne Casey, Suzanne.Casey@ed.gov by 11 AM EST on March 24, 2017. Capability statements will not be returned and will not be accepted after the due date. DISCLAIMER: PARTICIPATION IN THE MARKET RESEARCH IN NO WAY INFLUENCES THE SOURCE SELECTION FOR THESE SERVICES. This is not an invitation for bid, request for proposal or other solicitation. The sole purpose of this Notice is to obtain capabilities for procurement planning purposes. This 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 Notice. Any contract that might be awarded based on information received or derived from this Notice will be the outcome of the competitive process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ESEP170051AP/listing.html)
 
Record
SN04431466-W 20170312/170310234503-ba3e455562d3e4e52358ee476f01f0a0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.