SOURCES SOUGHT
R -- Evaluation of the Impact on the YouthBuild Program
- Notice Date
- 1/6/2010
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Labor, Employment Training Administration, Division of Contract Services, 200 Constitution Avenue, NW, Room N-4655, Washington, District of Columbia, 20210
- ZIP Code
- 20210
- Solicitation Number
- 45-101A-887
- Archive Date
- 2/6/2010
- Point of Contact
- Jillian L Matz, Phone: 202-693-2836, DaVeana M. Johnson, Phone: 202-693-2634
- E-Mail Address
-
matz.jillian@dol.gov, johnson.daveana@dol.gov
(matz.jillian@dol.gov, johnson.daveana@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Labor is seeking qualified contractors for a random assignment evaluation of the impact of the YouthBuild program on participants' post-program employment and education outcomes. Undertaken by the Employment and Training Administration's (ETA) Office of Policy Development and Research (OPDR), the evaluation will track the study sample for at least four years from the point of random assignment, and take approximately seven years to complete. ETA is conducting market research to identify firms that qualify under the Small Business Programs mentioned in Federal Acquisition Regulation Subpart 19. When submitting your response, please indicate under which programs you meet the criteria. The NAICS Code is 541611, and the Small Business Standard is $7 million. The contractor will be responsible for estimating the impact of YouthBuild on participants' post-program earning, employment and education outcomes, overall and for key subgroups, as well as for examining the effectiveness of alternative program models and the cost-effectiveness of the program. Activities undertaken as part of this contract include, but are not limited to, developing evaluation design reports, collecting and analyzing data (including administering a large-scale survey), convening meetings, and providing briefings to executive-level federal staff. The contractor must be able to design an appropriate, rigorous, and feasible random assignment impact evaluation design; execute the evaluation; and prepare reports based on the data analysis. All contractors responding to this announcement must demonstrate their experience in successfully doing the aforementioned work. Please be advised that the following factors will be used to gauge the capability of a firm who responds to this request for information. Therefore, a firm's capabilities statement should address: 1) Serving as lead investigator(s) for developing each type of evaluation design: (a) implementation study; (b) large-scale multi-part random assignment impact study; 2) Providing in-house administration of a CATI survey to a minimum of 5,000 respondents, with a minimum of an 80 percent response rate; 3) Designing and conducting focus groups among youth populations; 4) Developing documents to support the Paperwork Reduction Act clearance process; 5) Implementing strategies to minimize attrition in longitudinal impact evaluations; 6) Analyzing data for each type of evaluation: (a) implementation study; (b) large-scale multi-part random assignment impact study, particularly expertise and experience in using multilevel statistical analyses (e.g., hierarchical linear modeling); 7) Analyzing data from an impact study to determine the cost-effectiveness of an intervention; 8) Developing a high-quality final evaluation report for each type of evaluation: (a) implementation study; (b) large-scale multi-part random assignment impact study; 9) Designing and administering random assignment as part of an impact evaluation involving 5,000 participants at a minimum, including experience and ability to receive, handle, protect and dispose of data that may contain personally identifiable information, as pertains to federal regulations, the Privacy Act, FERPA, etc.; 10) Serving as the primary or lead presenter in oral briefings to executive-level staff; All interested parties are invited to submit a capabilities statement, to Ms. Jillian Matz, Contracting Officer, Division of Contract Services, 200 Constitution Avenue, NW, Room N4655, Washington, DC 20210. Responses are due January 22, 2010, by 2 p.m. EST. Electronic copies of capability statements are preferred and may be emailed to matz.jillian@dol.gov. The response must be specific to each of the factors listed above to demonstrate that the respondent is capable. The submittals shall not exceed 15 pages, TOTAL. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/WashingtonDC/45-101A-887/listing.html)
- Place of Performance
- Address: 200 Constitution Avenue, Room TBD, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN02036541-W 20100108/100107000647-a40e01da7c3e385163082d094140483e (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 |