Web Data Collection
ID: 91990025R0010Type: Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

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

    The U.S. Department of Education is seeking proposals from qualified small businesses for a federal contract focused on web data collection and IT support services. The contract, categorized under NAICS code 541512 for Computer Systems Design Services, aims to enhance the management and maintenance of various postsecondary education data collections, including the Campus Safety and Security Survey and the Equity in Athletics Disclosure Act Survey. This initiative is crucial for ensuring data accuracy, compliance with federal standards, and effective consumer information tools for stakeholders. Proposals must be submitted electronically by April 16, 2025, and should demonstrate a thorough understanding of the tasks outlined in the Performance Work Statement, with all submissions adhering to specified formatting and content guidelines. For further inquiries, interested parties may contact Michael Rivera at Michael.Rivera@ed.gov or Katie Opper at katie.opper@ed.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Education is soliciting proposals for a 100% small business set-aside contract related to educational support services, categorized under NAICS code 611710. The contract will have a fixed price and span one base year, with four optional renewal years, contingent on appropriated funding. Vendors must submit comprehensive proposals electronically by April 16, 2025, and comply with detailed formatting requirements, including separate volumes for their Executive Summary, Technical Proposal, and Price/Business Proposal. Proposals should illustrate an understanding of the tasks outlined in the Performance Work Statement (PWS), demonstrating an effective execution strategy and addressing potential risks. The Technical Proposal must include details on key personnel and their qualifications, corporate experience, management plans, and past performance. Specific requirements for the Price/Business Proposal include a detailed price breakdown and a summary of labor rates. Compliance with established security frameworks and conflict of interest plans is mandatory, and all personnel must meet required security clearances. The document outlines strict guidelines for proposal content, submission format, and evaluation criteria to ensure fair competition. This Request for Proposal aims to engage qualified vendors who can provide essential services effectively and efficiently within the specified regulatory framework.
    The U.S. Department of Education has issued an amendment regarding the solicitation for web data collections, indicating that it is currently on hold indefinitely due to administrative issues. The Department assures interested vendors that once these concerns are addressed, a subsequent amendment will provide updates and any new changes related to the solicitation. This document underscores the complexities involved in government RFP processes, highlighting the necessity for transparency and communication with potential vendors. The indefinite hold signifies that the Department aims to resolve internal matters before proceeding with vendor engagement in this project.
    The document outlines a Request for Proposals (RFP) related to a government solicitation (No. 91990025R0010) for various tasks primarily focused on IT services and management support. It delineates specific Contract Line Item Numbers (CLINs), which include management services, IT system development and maintenance, customer support services, and data analysis and reporting across multiple option periods. Each CLIN is subdivided into specific tasks and subtasks, detailing the service requirements and quantities needed, though pricing details have yet to be populated. The instructions urge the filling of pricing information in designated blue-shaded cells and require adherence to a two-decimal format. The overall purpose of the document is to facilitate procurement for governmental IT services by inviting proposals that meet outlined specifications and requirements. A key focus is on effective system management, data integrity, and ensuring user support, showcasing the government's emphasis on maintaining robust IT infrastructure and service reliability. The RFP structure promotes transparency and clarity in expectations from the potential contractors, aimed at improving service delivery through competitive bidding.
    The document outlines a Request for Proposals (RFP) for various management and IT support services under Solicitation 91990025R0010. It details multiple tasks classified by Contract Line Item Numbers (CLINs), including management services, IT systems development and maintenance, customer support, and data analysis. Each CLIN lists specific tasks and subtasks aimed at enhancing systems like Campus Safety and Security, Equity in Athletics, and data reporting. The RFP specifies that pricing must be entered in designated blue-shaded cells, maintaining strict formatting of two decimal places for all costs. It emphasizes the inclusion of both base year and multiple option periods for extended engagement. The structured format involves categories of services, corresponding quantities, and additional optional tasks, indicating flexibility for the bidders. The focus of the document is to source capable contractors who can deliver these extensive services efficiently while adhering to budgetary constraints and regulatory requirements.
    The document outlines the Request for Proposals (RFP) for various services, specifically focusing on IT system development, management, and customer support across multiple option periods. Each section is structured with Contract Line Item Numbers (CLINs) that specify tasks, subtasks, and required hours/efforts, along with price entries designated to be filled only in specified cells. Key tasks include system maintenance, technical support, data analysis, and reporting. Optional tasks also pertain to enhancements for specific programs related to education and data management. The RFP emphasizes the need for precise pricing formatted to two decimal places, reinforcing compliance and administrative efficiency. It seeks qualified vendors to ensure the ongoing development, update, and maintenance of educational IT systems and related reporting tools, ultimately aimed at fostering improved operational capacities within federal and local frameworks. The focus is on transparency in pricing and accountability in service delivery, essential elements of federal grant management and contract fulfillment processes. The document serves as a formal solicitation for contractors to contribute to federal operations related to education technology and data management.
    The U.S. Department of Education requires contractor support for the Office of Planning, Policy, and Innovation’s (PPI) data collections related to postsecondary education. This includes the maintenance and updates of several key systems, such as the College Affordability and Transparency Center (CATC), the Net Price Calculator (NPC), and various surveys including the Campus Safety and Security (CSS) and Equity in Athletics Disclosure Act (EADA) surveys. The contractor will manage all aspects of these data systems, including regular reporting, maintenance, updates, and user support, while ensuring compliance with federal standards. Key tasks include the management of information collection, IT systems development and support, data analysis, and customer service. Deliverables consist of regular reports, updates to user guides, and annual published data files. Additionally, the contractor must address quality control measures and maintain security protocols across various platforms. The contract term runs through February 2030, highlighting the Department’s commitment to improving data transparency and accessibility in higher education, vital for timely and accurate decision-making by students and policy-makers alike.
    The U.S. Department of Education’s Office of Planning, Policy, and Innovation (PPI) requires contractor support for the maintenance and updates of various postsecondary education data collections and related websites, including the College Affordability and Transparency Center (CATC) and the Equity in Athletics Disclosure Act (EADA) Survey. This contract is crucial for managing essential data sources used to inform postsecondary education policy and provide consumer information. The contractor will develop, maintain, and ensure compliance during system updates, focusing on multiple areas such as data collection, quality control, system security, customer support, and data analysis. Key tasks will include managing the Campus Safety and Security Survey applications, maintaining IT systems on AWS cloud, providing technical help desk support, and producing required data reports. Additionally, the contractor must ensure that all processes meet federal standards, including 508 compliance for accessibility. Scheduled deliverables are outlined, including monthly progress reports, systems documentation, and annual data reports for various surveys and databases. The expected timeline for these tasks spans from post-award inception to potential transition activities by September 2029, emphasizing detailed planning to enhance operational integrity and data quality throughout the contract duration.
    The U.S. Department of Education's Office of Planning, Policy, and Innovation is soliciting contractor support for the maintenance and enhancement of various postsecondary data collections and websites. This initiative encompasses key resources like the College Affordability and Transparency Center, Net Price Calculator, and various surveys mandated by federal law, including the Campus Safety and Security Survey and the Equity in Athletics Disclosure Act Survey. The contractor will manage IT systems, ensuring data accuracy, timely updates, and compliance with Web accessibility standards, while also providing customer support through a Help Desk. A significant focus is laid on rigorous data quality control, statistical analysis, and preparing comprehensive reports for legislative requirements. Additionally, optional tasks may include transitioning system hosting and documenting a plan for future contractor transitions. Overall, the project aims to ensure effective consumer information tools for students and stakeholders while maintaining high standards of data integrity and operational efficiency.
    The document outlines procedures for preparing the Campus Safety and Security (CSS) database and managing the Database of Accredited Postsecondary Institutions and Programs (DAPIP). For CSS, the focus is on gathering up-to-date data from sources like IPEDS and PEPS, updating and comparing institutional data, restoring records for previously inactive campuses, and ensuring accurate user access. The process culminates with transitioning the data to a production environment following thorough testing. In the case of DAPIP, the emphasis is on effectively managing communication, assessing incoming actions, and ensuring timely posting on the dissemination site. The procedures include responding to inquiries within 24 hours, updating agency information upon confirmation from analysts, and verifying accreditation data matches as needed. Overall, the file serves to standardize processes related to the management of education-related data in federal systems, ensuring accuracy, efficiency, and timely responses to stakeholders, aligning with compliance requirements and enhancing institutional oversight.
    The U.S. Department of Education is releasing a Request for Proposal (RFP) exclusively for small businesses to provide Computer System Design Services. The contract will be a fixed-price arrangement with a 12-month base year and four optional years, contingent on the availability of funds. Proposals are required to demonstrate a robust understanding of the tasks described in the Performance Work Statement (PWS), and must be submitted electronically by March 25, 2025. Offerors must adhere to specific submission formatting and content guidelines, including a three-volume structure comprising an Executive Summary, Technical Proposal, and Price/Business Proposal, with detailed requirements for each section. The evaluation criteria prioritize the quality of the technical approach to the PWS and qualifications of project staff, with an emphasis on corporate experience and past performance. Proposals will be assessed on their alignment with the Department's operational needs and will be rated as "Outstanding," "Good," "Marginal," or "Unacceptable." Price will be an important factor but secondary to technical merit. Offerors must submit a comprehensive Price/Business Proposal with specific labor rates and pricing breakdowns for different contract periods. A Conflict of Interest Plan must also be included to demonstrate compliance with government guidelines.
    Lifecycle
    Title
    Type
    Web Data Collection
    Currently viewing
    Solicitation
    Similar Opportunities
    Sources Sought Notice - K-12 Data services digital platform USMA West Point
    Buyer not available
    The Department of Defense, through the U.S. Military Academy (USMA) Directorate of Admissions, is seeking small businesses to provide a K-12 data services digital platform aimed at enhancing recruitment strategies for qualified applicants. The contractor will be responsible for delivering comprehensive K-12 school data, market intelligence tools, and premium profile services, with key deliverables including initial data setup within 30 days, monthly insight reports, and quarterly strategy reviews. This procurement is crucial for leveraging data-driven strategies to identify and engage potential candidates nationwide. Interested small businesses must submit their responses by December 11, 2025, at 4 PM EST to Leslie Duron at leslie.a.duron.civ@army.mil, including the Sources Sought Notice ID (W911SD26QA003) in the subject line.
    USSOUTHCOM J2 EDA IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    Notice of Intent to Sole Source Actian Software Acquisition Justification
    Buyer not available
    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.
    Loan Servicing Data Subscription
    Buyer not available
    The Department of Housing and Urban Development (HUD) is soliciting proposals for a Firm Fixed-Price contract to provide an annual online subscription for loan servicing data, which includes access to various databases related to loan limits, performance, and securities. The contractor will be responsible for delivering comprehensive data services, including market trends, loan performance analytics, and mortgage-backed securities information, essential for risk assessment and program monitoring within HUD's operations. This procurement is critical for supporting statutory mandates and ensuring informed decision-making regarding housing finance. Proposals are due by December 15, 2025, with questions accepted until December 9, 2025; interested parties can contact Felicia Henderson at felicia.d.henderson@hud.gov for further information.
    Electronic Business Center RFI
    Buyer not available
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking qualified small businesses to provide technical support for its Electronic Business Center (EBC) through a Sources Sought notice. The EBC is responsible for assisting external stakeholders with the USPTO's electronic patent systems, including the Patent Center and trademark filing systems, and requires comprehensive support services such as technical troubleshooting, account management, and customer service. This opportunity is crucial for maintaining efficient operations within the intellectual property community, with a contract value exceeding $25 million and a performance period extending from June 2026 to December 2031. Interested parties should submit their responses, detailing relevant experience, by December 19, 2025, to the primary contact, Denise Sanders, at denise.sanders@uspto.gov.
    BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099
    Buyer not available
    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.
    DA01--PACT Act -Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0 initiative. This procurement aims to modernize the existing systems that support eligibility and enrollment processes for Veterans and their families, focusing on improving user experience, streamlining operations, and ensuring compliance with data security and privacy regulations. The initiative is critical for enhancing access to healthcare services and benefits for Veterans, with the contract expected to be awarded in November 2025. Interested parties must respond to the Request for Information by May 28, 2025, and can contact Contract Specialist Luis Lozada-Santiago at Luis.Lozada-Santiago@va.gov or 848-377-5245 for further details.
    Commercial Data Hub Pilot Program
    Buyer not available
    The Department of Commerce is seeking vendors to participate in the Commercial Data Hub Pilot Program, aimed at procuring commercially available data to support its mission of facilitating economic growth and opportunity. The program will allow continuous submissions from vendors for data across various industries, particularly focusing on the NAICS code 519290, which encompasses Web Search Portals and Information Services. This initiative is crucial for enhancing the Department's ability to leverage data for informed decision-making and operational efficiencies, with a contract value of up to $7.5 million and an open solicitation period extending through December 31, 2025. Interested parties can reach out to the primary contact at commercialdatahub@doc.gov or the secondary contact, Jacqueline Brown, at jbrown4@doc.gov for further information.
    R--FACE Program, Prekindergarten & Adult Education Se
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide Prekindergarten and Adult Education services under the FACE Program through Solicitation 140A2326Q0002. The procurement aims to deliver comprehensive technical assistance and programmatic support across approximately 55 sites in 14 states, focusing on school readiness, lifelong learning, and family engagement for American Indian families. This contract, valued at $6,324,577.00, is structured as a Firm-Fixed Price agreement with a base year and four option years, extending from March 1, 2026, to February 28, 2031. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
    ACO-P Cyber School course
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.