Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
DOCUMENT

R -- Veterans Justice Program Evaluation - Attachment

Notice Date
3/9/2012
 
Notice Type
Attachment
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11812I0252
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
Julina Lee, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
DRAFT: Market analysis survey [022212] The U.S. Department of Veterans Affairs (VA) annually conducts outreach to over 27,000 justice-involved Veterans. VA seeks to contract with an academic affiliate or non-academic program evaluation units or organizations to complete data collection in support of the following Veterans Justice Program (VJP) program evaluation goal and objectives: To examine the effectiveness and impact of VJP outreach services for justice involved Veterans (in prison and jail reentry and in treatment courts) on: 1) linkage effectiveness to VA and community services, and 2) community readjustment (housing, sobriety, mental health, employment/income, family adjustment) and criminal justice (recidivism) outcomes The evaluation design will include 5 large city catchment areas as sites, and will gather interview information from 300 justice-involved Veterans at each site over a 3 year follow-up period. Responsibilities/requirements: "VA will be responsible for providing evaluation protocol, Institutional Review Board (IRB) documents including consent form, interview instrument, identification and screening of study Veterans, service linkage, location assistance through VA during the course of the project, data processing and analyses. Initially, local VA justice outreach staff will screen Veterans (immediately post-release for those in jail or prison) to refer to evaluation unit/program. "Contractor will be responsible for baseline interview (human subjects consent, completion of follow-up tracking information, and baseline evaluation interview) and follow-up interviews at 6, 12, 24, and 36 months from baseline. These will be paper interviews. Cost factors/issues for contractors: oTotal time commitment for contractor across the study will be on average fifteen hours per Veteran to include: 3.5 hours total for 5 interviews, 11.5 hours total tracking and locating time for the 5 interviews. oImplementation and maintenance of a system for scheduling and assigning interviews to interviewers, monitoring of interview completion, and a random validity checking process conducted by project supervisor with 10 Veterans quarterly on interviewer etiquette, accuracy, and completeness. oCopying and forwarding data to the study central data processing unit. oExpected follow-up rate of 80%. Interviews are expected to be face-to-face: 50% of Veterans are expected to remain within a 25 mile radius of baseline interview, and 75% within a 50 mile radius; Veterans exceeding 100 mile radius will be approved for telephone interviews. oVeterans will be provided $25 for each interview completed up to a total of $125 for completing all 5 interviews. oSingle site pricing is requested. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. The Government is open to considering teaming and prime/subcontractor relationships for this effort. If interested, please submit a Capabilities Statement, limited to ten (10) pages for your company, your teammates and or subcontractors and also denote the business size for North American Industry Classification System (NAICS) Code 541720 Research and Develoment in the Social Sciences and Humanities. Please include company name, company address, and DUNS Number (if applicable). Also, please indicate if you, your teammates and/or subcontractors are a Service Disabled Veteran Owned Small Business or a Veteran Owned Small Business. Respondents should provide the following information: 1. Does your company possess the capabilities to independently provide some or all of the program evaluation services including follow-up long term interviewing of participants as described above? If not, please describe your team/subcontracting arrangements and/or approach. 2. How would your company propose providing the services (to include staffing resources)? Please provide sufficient technical detail to demonstrate your capabilities. 3. Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government). 4. Is your company a SDVOSB or VOSB capable of performing more than 51% of the work described in the draft PWS? Responses are requested no later than close of business on March 23, 2012, via email to Julina.Lee@va.gov. Point of Contact: Julina Lee, Contract Specialist, Department of Veterans Affairs Technology Acquisition Center, Julina.Lee@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6979ebf591d69b74657ceb36bc33d77e)
 
Document(s)
Attachment
 
File Name: VA118-12-I-0252 VA118-12-I-0252.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=305705&FileName=VA118-12-I-0252-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=305705&FileName=VA118-12-I-0252-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02693184-W 20120311/120309235054-6979ebf591d69b74657ceb36bc33d77e (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.