Page images
PDF
EPUB
[blocks in formation]

Appendix B.

Request for Proposal
(Dallas Independent
School District)

[blocks in formation]

Dear

The institution named above is invited to submit a proposal(s) in response to the enclosed "Request for Proposal" as set forth in the Scope of Work requests contained in Attachment 1 to this letter.

The products and services solicited by these Scope of Work requests will constitute the management support and education audit components for the first year of the Project, "Guaranteed Student Performance in Education and Training," described in toto in Tab B to Attachment 1. The institutions may respond to either or both of the Scope of Work requests contained in Attachment 1.

Payment will be in the form of a fixed cost plus fixed fee. Other cost reimbursement and contractor payment methods may be submitted by the bidder, but they must be justified in detail.

The "Guaranteed Student Performance in Education and Training" Project will consist of contractor-operated Accelerated Achievement Centers, offering instruction in communications, mathematics, motivational training and occupational skill training. The Accelerated Achievement Centers will be located in five inner-city senior high schools, all of which qualify for ESEA, Title I funds. The students will be enrolled in grades nine through twelve. Students who participate in the Project will have learning and behavioral profiles similar to their peers who have already dropped out of school. Participants will be released from the regular school classroom counterpart subject areas (English, mathematics, vocational, social studies as applicable) for participation in the project. Credit for appropriate subjects will be offered upon successful completion of the training.

A major annual and long range objective of this Project is to increase the efficiency and effectiveness of the above instructional programs in the counterpart grade levels at these five senior high schools. The evaluation design has been constructed to determine the most cost-effective combination of the programs which can then be adopted by the Dallas Independent School District.

Hence, in addition to the normal management support services, any bidder must show evidence of capability in the following areas:

1. The modification, validation and implementation of an education resources management system.

2.

The design, testing and implementation of a management information system that facilitates decision-making and monitoring during the Project's operations.

3. The application of sophisticated management tools, models and strategies such as PERT, the preparation and use of Gantt charts, and "critical" path analysis.

4. The ability to train top management staff and middle managers in the use of the above-named management techniques and approaches.

To facilitate the on-site work of the contractor, the Dallas Independent School District will provide the following at no cost to the contractor:

1. Office space, furniture and equipment, (office supplies) and (secretarial support) for a maximum of one professional and one research assistant from the management support group and for one professional from the education audit group.

2.

3.

4.

A thorough familiarization with the Project, and all documents prepared during the planning phase.

For the assistance of the education auditor only, staff personnel competent in research design, computer-programming and evaluation, for a time not to exceed one man-day per week, unless approved in advance by the Assistant Superintendent, Planning and Research.

Computer real-time for all necessary manipulations of data will be available to both the management support and the education audit groups at educational rates.

A bidder may respond to either or both of the Scopes of Work requests. If the bidder chooses the latter, separate proposals must be submitted. Approximately $27,000 is available for the services of the education auditor, and $51,000 is available for the management support group. The bidder's proposal must include (not to the exclusion of other information that the bidder deems relevant) the following components:

PART I: Operations Plan (no cost information is to be contained in Part 1)

42

1.

2.

3.

4.

5.

A general statement of the role and responsibilities of the management support and/or education audit groups in providing audit and management support services to a school system that is contracting for instructional systems on a guaranteed performance basis.

The technical approach to be used in perform-
ing the Scope of Work. Attention should be paid
to the conceptualization of the Project, the role
of the management support and/or education
audit group, and the approaches and tech-
niques to be used.

The organization and management of the
Project.

Project manning specifications, indicating
levels of expertise and time to be spent per
activity.

Corporate background, to include resumes of full-time employees and consultants who will work on this Project.

PART II: Estimated Budget (to be submitted in a separate sealed envelope). Estimated costs for management support and education audit services should be presented separately including a cost basis for each category below even though bids may be submitted with both Statements of Work.

[blocks in formation]

7.

8.

9.

Fee. Indicate per cent and total amount.

Total

Suggested payment schedule with rationale for same.

Contract(s) award(s) will be made to the institution whose proposal is most advantageous to the Dallas Independent School District. The Dallas Independent School District reserves the right to reject any and/or all proposals and at any time after the closing date for proposal submission to conduct negotiations to the extent that the Dallas Independent School District deems necessary and appropriate. If funding levels are altered, the Dallas Independent School District reserves the right to negotiate for modified services and products and/or reopen the bidding process. The proposals should be submitted on the most competitive basis with regard to the nature of the request for proposal, the capabilities of the bidder and bidder's commitment to satisfy the conditions inherent in this approach and the cost. Once the contractor submits the bid(s), only the Dallas Independent School District can initiate renegotiations.

A Pre-Bidders' Conference is tentatively scheduled for 10:00 A.M., Central Daylight Savings Time, May 29, 1970, in Room 106, School Administration Building, Dallas Independent School District, 3700 Ross Avenue, Dallas, Texas.

Ten (10) copies of the proposal(s) and five (5) copies of separately enclosed pricing information should be received in the office of the Dallas Independent School District designee no later than 5:00 P.M., Central Daylight Savings Time, June 12, 1970. The expiration for completing the performance of this contract will not be later than June 19, 1971.

Technical questions that pertain to the substance of this request for proposals as well as contractual questions should be directed to the Dallas Independent School District, designee, Mr. Rogers Barton, Assistant Superintendent, Department of Planning and Research, Dallas Independent School District, 3700 Ross Avenue, Dallas, Texas (214-824-1620, Ext. 401).

This letter or its attachments should not be construed as a contract or commitment on the part of the Dallas Independent School District.

[blocks in formation]
« PreviousContinue »