Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2007 FBO #1983
SOURCES SOUGHT

R -- PSSF Data Collection, Reporting, Evaluation and Technical Assistance Contract

Notice Date
4/30/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management 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, MD, 20857, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SS-PAJ-005
 
Response Due
5/11/2007
 
Archive Date
9/30/2007
 
Description
THIS IS NOT A SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), REQUEST FOR QUOTES (RFQ), REQUEST FOR APPLICATION (RFA) OR AN ANNOUNCEMNT OF A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT OR PROCEED WITH ANY OF THE ABOVE SOLICITATIONS IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. PSSF Data Collection, Reporting, Evaluation and Technical Assistance Contract This is a sources sought notice to determine the availability of potential small businesses (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 large-scale, multi-phase evaluation and programmatic technical assistance, data collection and analysis efforts for the Promoting Safe and Stable Families (PSSF) Methamphetamine and Substance Abuse Regional Partnership Grants. This contract will cover seven phases of tasks and activities that together will complete the work needed to: ? Ensure the strong start-up of the grant program through working with newly funded grantees to collaborate and develop the common cross-site indicators to be used to measure program performance; ? Develop and implement a reliable performance measurement and management information system; ? Provide ongoing technical support to the data collection system; ? Provide technical assistance throughout on performance measurement and evaluation; ? Provide technical assistance on programmatic issues regarding child welfare, substance abuse treatment and related services; ? Work with grantees to ensure that programs are sustainable after federal funding ceases, and ? Evaluate the ability of grantees to improve the safety, permanency and well-being of the children and families served. These tasks and activities will be phased in over time and will overlap and interconnect throughout the life of the project. In addition to providing information to support program planning, technical assistance and research at the national level, this contract will also provide guidance and context for individual programs in the selection of outcomes and measures for their own performance measurement. Core tasks for the contract will include: (1) Facilitation, coordination and negotiation with newly funded grant programs to develop a set of common performance measures that will be used across the programs; (2) Provision of technical assistance to the grant programs on evaluation and performance management; (3) Provision of technical assistance to the grant programs on programmatic issues related to the intersection of child welfare, substance abuse and related services; (4) Development, implementation and maintenance of a data collection system for the finalized set of grantee performance measures; (5) Development of materials necessary to obtain OMB approval for data collection activities; (6) Development of a detailed data collection and analysis plan. This task also includes field testing of data collection instruments and procedures; (7) Data analysis, reporting and archiving. This task includes drafting a yearly report to the Children?s Bureau and to Congress which contain updates on the services provided and activities conducted under these grants; (8) Facilitation of ongoing and regular meetings and communication with the grantees throughout the life of the contract; (9) Coordination with the Children?s Bureau and other technical assistance providers funded by ACF and SAMHSA, as appropriate. The minimum contractor requirements are: (1) In-depth expertise in methamphetamine and other substance abuse and child welfare issues (2) Extensive expertise on performance management and evaluation; (2) Experience managing national studies and/or technical assistance contracts in areas such as substance abuse, child abuse and neglect, child welfare, interagency collaboration, program evaluation,(3) Demonstrated experience and capability to develop performance measures and support the corresponding data collection efforts and information systems; (4) Extensive experience in the provision of technical assistance and support to local programs on evaluation and issues pertinent to this grant program; (5) Experience in efficiently managing the range of tasks related to the hiring, training and management of field staff located in all regions of the U.S., and the data collection and quality control activities associated with a multi-site project with similar programs; (6) Experience with collecting, analyzing, and reporting information for purposes program improvement; (7) Experience working collaboratively with a number of public and private national and local organizations; (8) Demonstrated ability to provide logistical support for grantees meetings and other meetings as necessary. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to pscacquisitions@psc.hhs.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Capability statements must also include the following information: company name, address, point of contact, phone/fax/email, and business size and 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). Responses are requested not later than May 11, 2007 and should not exceed 10 pages. Capability statements will not be accepted after the due date.
 
Record
SN01283907-W 20070502/070430220238 (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  © 1994-2020, Loren Data Corp.