Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

B -- Determining the Relative Effectiveness of Faith-based and Secular Substance Abuse Treatment Service Providers: A Comparison of Client Outcomes

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
813410 — Civic and Social Organizations
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07EASPE000039
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Description
Notification of Intent to Award a Sole Source Contract. The Office of the Assistant Secretary for Planning and Evaluation (ASPE), Office of Health Policy intends to award a sole source contract to The Rockefeller Institute of Government, to analyze data gleaned from the Rockefeller Institute?s study to evaluate the relative effectiveness of faith-intensive versus secular providers of substance abuse treatment in Baltimore. The analysis shall primarily focus on determining the client benefits derived from participation in treatment services with varying degrees of faith content. The results of the data analysis shall also provide greater insight into the impact of receiving treatment on the utilization of social services, employment stability and marital relationships; and the validity of fitting treatment programs to the spiritual and socio-demographic profile of the client. Questions on the studies data, which are of interest to ASPE, are: 1.What socio-demographic factors are associated with successful treatment outcomes for clients of faith-based and secular treatment programs? (Exploratory); 2. Are there any statistically significant findings related to the treatment outcomes of the participants in the faith-based programs in comparison with those in the secular programs? (Experimental); 3. Which factors appear to be associated with lower recidivism rates among study participants? (Exploratory); 4. Did rates of recidivism differ according to the treatment program?s degree of faith intensity? (Exploratory); 5. What effects, if any, did receiving treatment have on a participant?s involvement in the child welfare and criminal justice systems? Were there differences by faith intensity of treatment? (Exploratory); 6. Are there any detectible differences in the utilization of social services and involvement in the criminal justice system associated with whether the participant received a faith-based or secular treatment? (Experimental); 7. Are there any statistically significant differences in marital stability over time between clients in the faith-based and secular programs? (Exploratory); 8. Are there differences in long- and short-term employment rates or welfare dependency among clients in faith-based versus secular forms of treatment? (Exploratory); and 9. What effects, if any, did the participation in faith-based versus secular treatment programs appear to have on the intensity of a client?s faith beliefs over time? (Exploratory). The Rockefeller Institute of Government project is the only study that possesses sufficient breadth and methodological rigor to measure the impact of faith components on substance abuse treatment outcomes. Since this study was privately funded and is not available to the public, the Rockefeller Institute of Government is the only source that has access to and can analyze the information. Any firm that believes it may have similar capabilities is encouraged to submit their capability statement addressing each of the items/areas cited above. Written capability statements may not exceed ten (10) pages and must be received by the contracting officer not later than 10:00 a.m. EDT on September 10, 2007. Small Businesses are encouraged to review this notice. E-MAIL CAPABILITY STATEMENT TO: Marc.Long@psc.hhs.gov. The Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. No solicitation document is available at this time. A determination by the Government not to compete this proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. For further information, contact Marc Long at DHHS/PSC/SAS/DAM, Parklawn Building, Room 5-101, 5600 Fishers Lane, Rockville, Maryland 20857 or on 301-443-7086. See Numbered Note 22
 
Place of Performance
Address: 200 Independence Ave. / Washington / DC
Zip Code: 20201
Country: UNITED STATES
 
Record
SN01354464-W 20070729/070727220620 (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.