Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2008 FBO #2335
SOURCES SOUGHT

B -- Evaluation of Pregnancy Prevention Programs

Notice Date
4/16/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
SS08Y014437
 
Point of Contact
Kevin C McGowan,, Phone: 301-443-0708
 
E-Mail Address
kevin.mcgowan@psc.gov
 
Description
SOURCES SOUGHT EVALUATION of PREGNANCY PREVENTION PROGRAMS 08Y014437 Small Business Firms with the capabilities to perform this work are invited to submit their Capability Statements for consideration. This is a Sources Sought Notice (North America Industry Classification System (NAICS) Code Number 541690) to determine the availability of potential Small Business (e.g., 8(a), Veteran-Owned Small Business, Service-Disabled Veteran Owned Small Business, HUBZone Small Business, Small Disadvantaged Business, and Women Owned Small Business) that can manage and administer the “Evaluation of Pregnancy Prevention Programs” project which is a large-scale, multi-site random assignment evaluation of promising strategies to prevent or reduce sexual risk behaviors among high school age youth. Firms must demonstrate the capacity, capability and relevant prior experience to conduct a multi-site, large scale experimental evaluation involving approximately 4,800 youth, numerous school administrations, and community organizations. In particular, firms must demonstrate prior experience and success in obtaining agreement among schools or similar entities to participate in a randomized evaluation study involving students/youth and carrying out evaluations of programs designed to prevent or reduce sexual risk behaviors among high school age youth. Firms must demonstrate capacity, capability and relevant experience to carry out critical tasks working simultaneously with geographically dispersed programs and providing technical guidance and managing large volumes of data for eight evaluation sites at the same time. Further, firms must demonstrate corporate and staff capability, capacity and relevant experience in 1) managing the random assignment of approximately 4,800 individuals, 2) providing confidential random assignment status to evaluation sites within one or two days, 3) providing on-site monitoring and technical guidance with site-level evaluation support activities to eight geographically dispersed sites, 4) designing information collection instruments for baseline and follow-up data using state-of-the art measures of sexual risk behaviors and related outcomes relevant to the types of programs to be evaluated, 5) obtaining OMB approval of data collection instruments and IRB approval of research plans, 6) conducting large-scale surveys (estimate sample of 4,800) on topics highly related to sexual risk behaviors among high school age youth and achieving 80 percent or greater response rate, while maintaining the privacy of subjects, 7) obtaining and managing relevant administrative data at the individual level such as school attendance and completion data, and 8) conducting complex analyses utilizing state-of-the-art statistical techniques to assess net impacts across programs and among sub-groups. In addition, firms must demonstrate availability of adequate computer/statistical resources and the institutional capability to process and analyze a large volume of data, including capacity to input data, clean data and conduct quality control checks. Core tasks of the contract include: (1) establishing program/site selection criteria; (2) identifying and assessing potential programs/sites based on the criteria; (3) marketing the study to a broad range of potential intervention sites; (4) obtaining agreement from up to eight of those promising programs to participate in the evaluation study; (5) providing technical guidance to help programs/site meet evaluation requirements; (6) developing a plan for collecting and securing multiple rounds of survey and administrative data across sites; (7) conducting a state-of-the-art implementation evaluation; (8) developing, field testing, and obtaining OMB clearance for research-based, valid and reliable measures and data collection instruments including: survey instruments for the baseline and follow-up surveys as well as protocols for the assessment of program implementation; (9) obtaining IRB approval of the study protocols; (10) collecting baseline and follow-up data, obtaining at least an 80 percent response rate at each site; (11) conducting an impact analysis based on survey and administrative data; (12) development of implementation and impact reports and briefs; (13) developing special topic reports; (14) producing and securing data files and documentation including public use or restricted use files; (15) conducting project briefings; (16) managing the project and ensuring that all work is of highest quality, on time and within budget. This is not an invitation for bid, request for proposal or other solicitation, and in no way obligates the Government to award a contract. The purpose of this Notice is to determine if there are a sufficient number of Small Business firms with the capabilities to perform the work. Interested parties having the capabilities necessary to perform the stated requirements may submit Capability Statements via e-mail to Kevin.McGowan@psc.hhs.gov.. Your Capability Statement should not exceed 25 pages in total length. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. All Capability Statements must provide: 1) Company Name, 2) Company Address, 3) Point of Contracts Name, Title, Phone/E-Mail/Fax, 4) NAICS Codes, 5) DUNS Number, 6) Business Size & Status (e.g., Small Business, 8(a), Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, HUBZone Small Business, Small Disadvantaged Business, and Women Owned Small Business), 7) Point of Contract Phone & E-Mail Address for Referenced Experience. All responses are requested by close of business, 3:00pm local prevailing time at the Contracting Office, no later than May 01, 2008. Capability Statements will not be accepted after the due date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=611323d0a205ab64b1e14ea6b83b021c&tab=core&_cview=1)
 
Record
SN01555098-W 20080418/080416215813-611323d0a205ab64b1e14ea6b83b021c (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.