Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2002 FBO #0333
SOLICITATION NOTICE

A -- Evaluation of the Ticket to Work Program - Part A and Part B

Notice Date
10/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
SSA-RFP-03-0512
 
Point of Contact
Dawn Caracci, Contract Specialist, Phone 410-965-9465, Fax 410-966-9310, - Loretta Hawley, Contract Specialist, Phone (410) 965-9511, Fax (410) 966-9310,
 
E-Mail Address
dawn.caracci@ssa.gov, loretta.hawley@ssa.gov
 
Description
SSA-RFP-03-0512, EVALUATION OF THE TICKET TO WORK PROGRAM - PART A AND PART B. The Ticket to Work program began implementation in 2002 with the mailing of Tickets to Ticket-eligible DI and SSI beneficiaries in first-round implementation states over the five months from February to June. Ticket implementation will proceed to second-round implementation states approximately nine months later. Tickets will be mailed to Ticket-eligible DI and SSI beneficiaries in the remaining states approximately nine months after the second-round implementation states. This project implements an evaluation of the impact of the Ticket to Work Program. The evaluation was designed by the Lewin Group, Inc., in association with Cornell University and Westat, under contract to the Social Security Administration (SSA). The overall Evaluation of the Ticket to Work Program is broken into two parts. PART A will prepare data files from SSA administrative data and conduct the adequacy of incentives evaluation, process evaluation, participation analysis, and impact/outcomes analyses. PART B will conduct the national surveys of SSA disability beneficiaries, which will include collecting the data, preparing the data files, and preparing documentation. Coordination between the Part A and Part B Contractors is critical to the success of the overall Evaluation. The Project Directors and project teams must work together to ensure success both individually and collectively. The national survey of SSA disability beneficiaries will collect critical data for addressing evaluation issues specified in the Ticket to Work and Work Incentives Improvement Act, such as service utilization, consumer satisfaction, and adequacy of provider incentives to serve the SSA disabled population. The survey will consist of four, nationally representative cross-sections of Ticket-eligible (and soon-to-be Ticket-eligible) Social Security Disability Insurance (DI) and Supplemental Security Income (SSI) beneficiaries, including Ticket participants. These cross sections will be supplemented with cross-section surveys of Ticket participants in early, middle, and late Ticket implementation states. The cohort of Ticket participants in the early implementation states will be followed up longitudinally. In all, four annual rounds of interviews will be conducted. These survey data, combined with SSA administrative data, form the key data sources for the evaluation. The process evaluation will use SSA administrative data and data from the Program Manager (PM) contractor (Maximus, Inc.) combined with qualitative data collected through site visits, telephone interviews, and focus groups with Employment Networks (ENs), the PM, and SSA. The purpose of the process evaluation is to document how the program was implemented, assess the effect of the program on the market for employment-related services, and provide contextual information to help interpret impact analysis findings. The participation analysis will use administrative and survey data to assess who participates and who does not, whether nonparticipation is voluntary or involuntary, the relationship between participation, beneficiary characteristics, and area characteristics, and reasons for non-participation. In particular, the participation analysis will examine the extent to which hard-to-serve groups have adequate access to services. The impact and outcomes analysis will use administrative data to estimate the net and gross impacts of the Ticket to Work Program on employment, earnings, program participation, benefits, and program costs. A nonexperimental design incorporating multiple comparison groups will be used to estimate the impacts. Statistical methods will be used to adjust for differences in beneficiary and environmental characteristics. Survey data will be used to make comparisons between Ticket participants and nonparticipants on additional outcomes of interest that are not measured in the administrative data. The primary evaluation objective is to determine the net impact of the Ticket to Work initiative as compared to the results that would occur under the current system. The Ticket to Work and Work Incentives Improvement Act also requires the evaluation of several specific aspects of the program and outcomes. The evaluation will examine the total and net costs of the program, the individual and service provision characteristics affecting return-to-work, the employment outcomes for participants, the characteristics of service providers and provider networks, the appeal of the program among the eligible population, the adequacy of the initial Ticket incentive structure in providing services to interested SSA beneficiaries, and the satisfaction of participants with the program in general. The evaluation will also provide feedback to policymakers through periodic reports detailing data collection, findings and recommendations for program modifications. The government anticipates the award of 1-2 cost-reimbursement type contracts for a 5-year period of performance (offerors may propose on Part A only, Part B only, or on both Parts A and B. If an offeror submits a combined proposal for both Parts A and B, the government reserves the right to make an award for Part A only or Part B only if it is in the government?s best interest to do so. An offeror that submits a bid for Part A only or Part B only cannot appear as a subcontractor on another offeror?s proposal). The RFP will be available for downloading on or about November 13, 2002 via the Federal Procurement website: www.fedbizopps.gov. HARD COPIES WILL NOT BE MAILED.
 
Place of Performance
Address: 500 E Street SW, 9th Floor, Washington, DC
Zip Code: 20254
Country: united states
 
Record
SN00195842-W 20021031/021029213541 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.