Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2006 FBO #1570
SOURCES SOUGHT

B -- Social and Behavioral Science Research & Evaluation

Notice Date
3/13/2006
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
CSOSA-06-RFI-02
 
Response Due
3/24/2006
 
Archive Date
4/8/2006
 
Point of Contact
Tammie Crank, Contracting Officer, Phone 202-220-5710, Fax 202-220-5711,
 
E-Mail Address
tammie.crank@csosa.gov
 
Description
The Court Services and Offender Supervision Agency (CSOSA) of the District of Columbia is an independent, executive branch Federal Agency, established under Section 11232 of the National Capital Revitalization and Self-Government Improvement Act of 1997. CSOSA is responsible for functions relating to pretrial services, probation, parole and offender supervision in the District of Columbia. The mission of CSOSA is to increase public safety, prevent crime, reduce recidivism, and support the fair administration of justice in close collaboration with the community. CSOSA intends to establish up to 3 awards for evaluation studies of programs and interventions targeting community supervision clients (i.e., probationers, parolees, and supervised releasees). The focus areas include: (a) assessing the perceived and actual benefits of supervision officers' caseload reduction, and (b) the efficacy and effectiveness of substance abuse treatment -- a process and outcome assessment. CSOSA is seeking sources with a successful track record of implementing empirical evaluation studies within federal government agencies. Sources will have demonstrated the ability to work with internal research staff to develop study designs appropriate for addressing research questions or highlighting opportunities for improving the business process. Additionally, sources shall demonstrate the ability to identify leading scholars and/or other subject matter experts (SMEs) for roundtable/panel discussion or technical workgroups. The study design and evaluation methodology shall propose sampling routine (if necessary), measurement selection, data security plan (to include federal privacy protections), analysis plan, and description of strategy for presenting findings. Finally, the source shall highlight a strategy for completing relevant deliverables along with briefing and dissemination strategies. Special emphasis will be placed on sources with a proven track record in assisting clients with the implementation of key finding within existing policies and procedures. Sources are sought with the following qualifications: 1. Experience conducting empirical studies within a government agency 2. Experience conduction social, economic, and behavioral evaluation studies focusing on under-served or disadvantaged populations 3. Experience exercising tight control over project deliverables; formal budget/schedule variance analysis; well-documented Customer/Vendor roles and responsibilities; and a change control process that quantifies impact on time and cost. 4. Experience with customers who have applied measurement techniques for evaluating the quality of deliverables, quantifying changes in scope, identifying process improvements. Individual responders should indicate whether they are a small, small disadvantaged, disabled veteran, 8(a) certified, or women-owned business. In addition, please provide your GSA Schedule Number (if applicable), point of contact and phone number. CSOSA shall not assume any expenses incurred by any of the respondents to this RFI. This is NOT a Request for Proposals (RFP) and as such, no solicitation is currently available. It is CSOSA's intention to conduct this procurement either as a Multiple Award Task Order contract using indefinite delivery indefinite quantity (IDIG) provisions in accordance with Federal Acquisition Regulation (FAR) Part 16.5 or in accordance with FAR Part 8.4 Federal Supply Schedules, utilizing the General Services Administration's (GSA) or FAR Part 19, Small Business programs, full and open competition. All responses must be submitted no later than Friday, March 24, 2006 in the form of a white paper, limited to no more than 10 pages in length. Respondents should identify their company's name, address, telephone number, and point of contact. Proprietary information must be clearly marked. Additional informational brochures are acceptable, if available. Informational brochures are not subject to the 10 page limitation. Any material submitted will not be returned. It is recommended that the white paper be submitted in hard paper form in addition to electronic media via compact disk (CD). CSOSA reserves the right to contact vendors, to provide clarification on capabilities or to ask questions. All materials should be delivered to the following address: Court Services & Offender Supervision Agency, Attention: Tammie V. Crank, 633 Indiana Avenue, Suite 880, Washington, DC 20004. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/CSOSA/OD/WashingtonDC/CSOSA-06-RFI-02/listing.html)
 
Place of Performance
Address: Washington DC area.
 
Record
SN01005407-F 20060315/060313212113 (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.