Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

U -- Perinatal and Early Childhood Home Visiting Program for Native Families - PWS

Notice Date
9/12/2013
 
Notice Type
Presolicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
HHS-IHS-HQ-13-NOI-00042
 
Archive Date
10/12/2013
 
Point of Contact
Roshawn K. Majors, Phone: 3014432242, ,
 
E-Mail Address
roshawn.majors@ihs.gov, ihsdapsolicitations@ihs.gov
(roshawn.majors@ihs.gov, ihsdapsolicitations@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement The Indian Health Service, Division of Acquisitions Policy intends to negotiate on the behalf of the Office of Clinical Preventive Services (OCPS), Division of Nursing Services (DNS) on a sole source basis with the John's Hopkins Center for American Indian Health one 12 month base period, with one 12-month option period for an evidence-based curriculum for conducting a maternal and child health home visiting program developed specifically for implementation by American Indian paraprofessionals, preferably using a community-based participatory research approach with AI/AN Tribes, to provide those home visiting services to American Indian families. Such a maternal and child health curriculum will be used to train CHRs as the basis for a home visiting program focusing on perinatal, infant, toddler and early childhood health from pregnancy through 36 weeks postpartum. Therefore the purpose of the procurement is to purchase an evidenced- based home-visiting program as described above that includes a curriculum, in-person training, technical assistance on the implementation of the program and evaluation of the program and project. It is not for the purpose of conducting a systematic study designed to contribute to generalizable knowledge. This requirement, permits other than full and open competition under the authority of FAR 6.302-1 - Only one responsible source and no other services will satisfy, due to the requirement of the curriculum must be evidence-based for conducting a maternal and child health home visiting program developed specifically for implementation by American Indian paraprofessionals, preferably using a community-based participatory research approach with AI/AN Tribes, to provide those home visiting services to American Indian families. The Specific objectives of the requirement are as follows: • To implement a perinatal /early childhood home visiting program using a written curriculum organized into modules and lessons, and which includes teaching tools and client support for the CHRs as home-visitors; • To implement and support the home-visiting program at three pilot sites. • To train CHRs to implement the program. • To promote CHRs' documentation of the home visits with the data applications they use. • To improve perinatal, early childhood health outcomes and to improve parenting skills. • To purchase a home-visiting program that has already been field tested and has evidence of effectiveness in the following domains: o Improving parenting knowledge, skills and involvement; o Improving home safety; o Reducing maternal emotional and behavioral problems; o Decreasing infant and child emotional and behavioral problems; o Demonstrating the effectiveness of the home visitors in delivering the parental education intervention. • To purchase implementation and evaluation technical assistance for the home-visiting program. • To involve the home-visitors in implementing an on-going evaluation of the effectiveness of meeting the program objectives listed below. • To involve the CHR Program Official (see definition under Quality Assurance below) in in the on-going evaluation of the Family Spirit Program, which used herein is synonymous and interchangeable with the PECHV. See Performance Work Statement for additional information. This notice of intent is not a request for competitive quotations; however, the Government will consider responses submitted. Electronic submission ONLY will be accepted. All information furnished must contain sufficient detail to allow the government to determine if it can meet the above specifications described herein. A determination by the Government not to compete the 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. Please reference the announcement number on all correspondence. Requests for information concerning this requirement must be submitted in writing can be e-mailed to the e-mail address noted in this posting. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement via e-mail. Calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/HHS-IHS-HQ-13-NOI-00042/listing.html)
 
Place of Performance
Address: San Carlos, AZ, Fort Thompson, SD, Lawton, OK, United States
 
Record
SN03185486-W 20130914/130912235447-0242bf1e9522d56098fb719cf75324fd (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.