R - Professional Facilitation Services to Support Negotiated Rulemaking (Title IV)
ID: 91990025Q0032Type: Combined Synopsis/Solicitation
Overview

Buyer

EDUCATION, DEPARTMENT OFEDUCATION, DEPARTMENT OFCONTRACTS AND ACQUISTIONS MANAGEMENWASHINGTON, DC, 20202, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Education is seeking qualified small businesses to provide professional facilitation services to support negotiated rulemaking processes related to Title IV student aid policy. The contractor will be responsible for managing collaborative discussions, facilitating meetings, and assisting with consensus building among multiple stakeholders, ensuring compliance with federal regulations and accessibility requirements. This procurement is critical for developing inclusive and effective education policies, with a total contract value of approximately $59,775 over three years, including one base year and two option years. Interested vendors must submit their proposals electronically by July 23, 2025, and can direct inquiries to Matthew Lucas at Matthew.Lucas@ed.gov or by phone at 202-987-0839.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for facilitation services related to negotiated rulemaking, issued by the U.S. Department of Education (DOE). This procurement seeks to establish a Time and Materials contract with small business concerns to support facilitation activities over a period of three years, consisting of one base year and two option years. Key tasks include contract management and facilitation services for committee sessions, focusing on virtual, in-person, and hybrid formats. To submit a compliant quote, offerors must demonstrate relevant past performance and the expertise of key personnel while adhering to specific formatting and submission guidelines. The evaluation will prioritize technical capabilities and past performance over price, with a preference for total evaluated prices under $2.3 million. Quotes must be submitted electronically by July 23, 2025, and provide detailed pricing, including labor categories and associated rates. The document also emphasizes compliance with various federal regulations regarding telecommunications equipment and services. Overall, the RFQ serves to ensure that the DOE secures skilled contractors for essential facilitation services integral to regulatory processes.
    The document outlines a Request for Quotation (RFQ) for a Time and Materials service contract aimed at providing facilitation support for negotiated rulemaking, as issued by the U.S. Department of Education. The primary purpose focuses on acquiring services from small businesses that can manage facilitation tasks effectively. Key updates include the change in offer submission deadlines, revisions to the Performance Work Statement, and specific changes to contractual clauses regarding payments, work orders, and sustainability initiatives. Offerors are required to provide detailed proposals that include technical solutions, past performance records, and pricing structures, all adhering to outlined formatting and submission guidelines. The evaluation of submitted offers will prioritize technical merit and relevant past performance over cost considerations. The evaluation factors are categorized into technical capabilities, past performance with relevant experience, and reasonable pricing. Overall, this RFQ promotes engagement with small businesses while emphasizing compliance with federal acquisition regulations, sustainability, and effective management of negotiated rulemaking processes, ultimately ensuring the successful execution of the contract and efficient service delivery.
    The document addresses a series of questions and answers related to a Federal Request for Proposal (RFP) concerning facilitation services for negotiated rulemaking sessions. It clarifies that facilitators will combine their hours across sessions, with expectations set for documenting and reporting conflicts among negotiators. The Department will not dictate the choice of virtual meeting platforms, but will coordinate specific meetings through MS Teams or Zoom. Protocols for subcontractor involvement and conflict management are outlined, as well as guidelines for meeting summaries and record archiving. Moreover, the document emphasizes the need for 508 compliance in meeting documentation and notes that the expected lead-time for contractor onboarding post-award remains unclear. In terms of pricing, it confirms that submissions can reflect costs per task rather than subtasks and explains that travel costs will be managed as reimbursable expenses. Finally, it establishes there is no incumbent contractor and summarizes the submission requirements for proposals, such as the expectation of a searchable PDF format. Overall, the document provides essential guidance for potential contractors on expectations and requirements for participation in the upcoming rulemaking support.
    The document outlines a Request for Proposals (RFP) for facilitation services associated with negotiated rulemaking, identified by Solicitation 91990025Q0032. It includes three contract line items (CLINs): Task 1 involves contract management services provided in accordance with the Performance Work Statement (PWS), Task 2 covers facilitation services for rulemaking activities, and Task 3 pertains to travel expenses, which is capped at a not-to-exceed (NTE) amount. The pricing structure specifies a time-and-materials basis, where the contractor must propose fully burdened hourly rates for the specified services. The total contract price over three years is $59,775.00, amounting to $19,925.00 per year. The tasks encompass support for various facilitation formats, including virtual and hybrid sessions, necessitating qualified facilitators. Travel-related expenses must adhere to federal regulations and require advance approval before incurring costs. This RFP aims to secure essential services for effective rulemaking and administrative management, ensuring compliance and quality in facilitation efforts.
    The U.S. Department of Education's Office of Postsecondary Education seeks to contract trained facilitators for the negotiated rulemaking process pertaining to Title IV student aid policy development, as mandated by the Higher Education Act. The contract's objectives include providing facilitation services and logistical support to ensure successful negotiations. Key tasks involve managing communications, conducting monthly progress reports, and engaging facilitators with relevant experience in negotiations. The facilitators will facilitate meetings, develop agendas, and provide technical support to negotiators. Deliverables include reports, meeting summaries, and travel arrangements for facilitators when necessary. Compliance with Federal records management, accessibility requirements under Section 508 of the Rehabilitation Act, and security protocols is essential throughout the project. This initiative underscores the Department's commitment to developing inclusive and effective education policies, aligning with federal regulations and ensuring transparency in its operations.
    The U.S. Department of Education's Office of Postsecondary Education (OPE) seeks trained facilitators to support the negotiated rulemaking process for Title IV student aid policy development under the Higher Education Act. The contract aims to provide skilled mediation and facilitation services for effective negotiation, problem-solving, and consensus-building related to this policy area. Key tasks include management of communications, preparation of monthly progress reports, and facilitation of negotiation sessions involving federal and non-federal negotiators. The contractor must deliver on various tasks, including effective management strategies, facilitation of public hearings, and development of meeting agendas and summaries. Support for travel and accommodations for facilitators is included if necessary. The document outlines government-furnished information and records management requirements, emphasizing coordination and compliance with applicable federal laws throughout the contract. Overall, this initiative underscores the Department's commitment to enhancing student aid policy through structured negotiation while ensuring transparency and adherence to regulatory standards.
    The Quality Assurance Surveillance Plan (QASP) outlines the evaluation of contractor performance for Facilitation Services in the negotiated rulemaking process regarding Title IV student aid policy. Managed by the Office of Policy, Planning, and Innovation (PPI) in the U.S. Department of Education, the QASP clarifies monitoring strategies, responsibilities of government personnel, and performance standards for contracted facilitators. Key roles include the Contracting Officer (CO), tasked with ensuring compliance and fairness, and the Contracting Officer’s Representative (COR), responsible for technical oversight and maintaining quality assurance records. Performance standards include timely and accurate reporting, facilitator impartiality, effective meeting management, and comprehensive documentation. The surveillance methods employed may range from inspections to regular progress meetings. The QASP also establishes criteria for acceptable performance and protocols for addressing deficiencies, emphasizing the need for corrective action when standards are not met. This living document is subject to revisions, ensuring it stays relevant to the contract’s evolving needs. Overall, it serves as a framework for maintaining high-quality service delivery throughout the contract duration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFP 693JF726R000002
    Transportation, Department Of
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.
    JOFOC: NOTICE OF INTENT TO AWARD SOLE SOURCE: COUNCIL OF CHIEF STATE SCHOOL OFFICERS TASK FORCE
    Education, Department Of
    The Department of Education's National Assessment Governing Board intends to award a sole source contract to the Council of Chief State School Officers (CCSSO) to support its policy-setting work related to The Nation's Report Card. This contract aims to leverage the unique perspectives of state education policymakers, which are crucial for informing the Governing Board's decisions and enhancing outreach efforts across all 50 states. The contract will have a base period of 24 months with an option for an additional year, and is expected to be awarded around April 16, 2023. Interested organizations may submit capability statements to Anthony White at anthony.r.white@ed.gov by March 3, 2023.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Educational Support Services, specifically in areas such as training lectures, personnel testing, and curriculum development. The procurement aims to engage small businesses that can provide competitive pricing for a range of educational services, which are essential for enhancing the capabilities and training of personnel within the Navy. Interested vendors must submit documentation demonstrating their capabilities, including past performance references, by April 30 for June awards or October 31 for December awards, with contact points available for further inquiries at barbara.j.grinder.civ@us.navy.mil and brandi.l.sorzano.civ@us.navy.mil.
    K-12 Curriculum and Transition Education For Students with Moderate-Severe Cognitive Disabilities
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking information from contractors capable of providing a commercial, off-the-shelf (COTS) K-12 curriculum and transition education program tailored for students with moderate-severe cognitive disabilities. The objective is to develop a comprehensive educational solution that aligns with DoDEA's College and Career Ready Standards and includes differentiated lessons, engaging activities, and transition education covering essential life skills and postsecondary planning. This initiative is crucial for enhancing educational outcomes for this specific student population and is expected to lead to a six-year contract starting in August 2026, with a solicitation anticipated in April-May 2026. Interested parties must submit their responses by December 23, 2025, to Andrew Johnston at andrew.johnston@dodea.edu or Alim Koroma at Alim.Koroma@dodea.edu.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Education, Department Of
    The Department of Education, specifically the Federal Student Aid office, intends to sole source the acquisition of Actian DataConnect software licenses and extended support for its Debt Management Collection System (DMCS). This procurement aims to secure subscription licenses for version 11.6 and an upgrade to version 12.0, which are essential for managing the Department's debt collection portfolio and facilitating integration with third-party entities such as Credit Bureaus and Private Collection Agencies. The one-year, firm-fixed price contract is crucial for ensuring real-time, accurate data management and workflow efficiency in debt collection processes. Interested parties can reach out to Pamerah Marksman at pamerah.marksman@ed.gov or call 202-805-7001 for further details, with the contract period set from May 22, 2023, to May 21, 2024.
    Digital Customer Care
    Education, Department Of
    The Department of Education, specifically the FSA Acquisitions Office, is seeking to enhance its Digital Customer Care (DCC) services through a federal contract opportunity. This initiative aims to improve customer outcomes for students, parents, and borrowers by providing a comprehensive digital platform that includes design services, a customer care platform, and various enabling technologies such as the Aidan Virtual Assistant and Partner Connect. The DCC services are crucial for facilitating engagement with the Federal Student Aid programs and ensuring effective communication. Interested parties can reach out to Young Choi at Young.Choi@ed.gov for further details regarding this opportunity.
    Facilitation Services for Labor Management and Union Negotiation
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking facilitation services for labor management and union negotiations related to a new collective bargaining agreement. The primary objective of this procurement is to facilitate a preparation meeting and negotiation process between management and union representatives. Such services are crucial for ensuring effective communication and collaboration during labor negotiations, which can significantly impact workforce relations and operational efficiency. Interested parties can reach out to Todd Mathie at todd.mathie@usda.gov or by phone at 505-563-7331 for further details regarding this opportunity.
    CCSR Summative and Interim Assessment Test Packages for ELA/Literacy and Mathematics
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for the CCSR Summative and Interim Assessment Test Packages for English Language Arts/Literacy and Mathematics. This procurement aims to fulfill the educational assessment needs of DoDEA, with a total estimated contract value of $1,892,252.25, covering a one-year base period and four additional one-year options. The selected vendor will be responsible for providing comprehensive assessment packages that align with DoDEA's educational standards. Interested parties are encouraged to submit evidence demonstrating their capability to meet these requirements, and all inquiries should be directed to Krista Chamberlain via email at krista.chamberlain@dodea.edu, with the subject line indicating the specific opportunity.