Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2008 FBO #2516
SOURCES SOUGHT

R -- Technical assistance for evaluations of innovative programs to prevent health risk behaviors

Notice Date
10/14/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2009-N-10991
 
Response Due
10/21/2008
 
Archive Date
11/5/2008
 
Point of Contact
Angelina H. Waring,
 
E-Mail Address
fwv2@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
This announcement is a Source Sought and NOT a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not commit the Government to award a contract now or in the future. No solicitation is available at this time. The purpose of this synopsis is to identify organizations with the necessary qualifications to provide the services stated herein. All small business organizations (SB SDB, WOSB, HUBZone, and VOSB and SDVOSB) are encouraged to respond to this notice to determine if possible set-aside opportunities exist. This requirement is assigned a NAICS Code 541690; the NAICS Code size standard is $7.0 Mil. SCOPE: The purpose of this contract is to provide program evaluation technical assistance to agencies and organizations that are implementing innovative programs, policies, and organizational structures and processes to prevent health risk behaviors and adverse health outcomes among youth. The objectives of this contract are for the contractor, with guidance from DASH staff, to: 1. Provide selected agencies and organizations with information and recommendations that will improve the effectiveness of innovative programs, policies, and organizational structures and processes to prevent health risk behaviors and adverse health outcomes among youth. 2. Provide selected agencies and organizations with their own data to conduct further analyses at their discretion. 3. Provide selected agencies and organizations with measures and data collection systems that they can use after the evaluation is ended to continue to assess their program, policy, or organizational structure or process. 4. Provide the field, when applicable, with information about the effectiveness of selected innovative programs, policies, and organizational structures and processes to prevent health risk behaviors and adverse health outcomes among youth. The Contractor, in collaboration with DASH staff and with staff of selected programs, shall provide technical assistance to assist in the evaluation of four to eight innovative programs to prevent health risk behaviors and adverse health outcomes among youth. For each program receiving evaluation technical assistance, there will be two categories of tasks – tasks related to selecting programs and tasks related to evaluating programs. In phase 1 of the contract, only tasks related to evaluating programs will be conducted, as the selection tasks will have been completed through evaluability assessments conducted prior to award of this contract. For tasks related to selecting programs, the Contractor, with guidance from DASH staff, will: (1) coordinate the process to nominate programs, policies, and organizational structures and processes to receive evaluation technical assistance; (2) organize and facilitate expert panels to recommend programs, policies, and organizational structures and processes to receive program evaluation technical assistance; and (3) conduct evaluability assessments to aid in selection of programs to receive evaluation technical assistance. For tasks related to evaluating programs, the Contractor, with guidance from DASH staff and in collaboration with staff of selected agencies or organizations, will: (1) develop an evaluation plan for each program, including, but not limited to: developing evaluation questions; creating, selecting, and/or testing data collection instruments; developing an analysis plan; and obtaining appropriate approvals (such as IRB) and clearances for all agencies involved; (2) collect qualitative and quantitative evaluation data; (3) analyze and synthesize qualitative and quantitative evaluation data; (4) disseminate evaluation results through products including, but not limited to, written unpublished reports, a minimum of one peer-reviewed publication on the primary findings of the evaluation, and oral presentations. Evaluation topics include programs, policies, and organizational structures and processes that address the following: HIV prevention; improved nutrition; increased physical activity; obesity prevention; asthma management; coordinated school health programs; local wellness policies; and other health risk behaviors and adverse health outcomes. The evaluation design will depend on the program and the needs of the selected agencies or organizations. Evaluation designs may vary from qualitative assessments to quasi-experimental designs and use qualitative, quantitative, or mixed methods. Data collection is intended to be brief and may range from 1 to 2 years. The Contractor shall provide the Government draft copies of all materials prior to dissemination to the programs or the public. The Government should not need to provide more than basic editorial feedback on the draft copies. The Contractor shall seek DASH staff guidance in providing program evaluation technical assistance when unsure how to proceed. All deliverables to be disseminated to the programs or the public will comply with Section 508 (29 U.S.C. ‘ 794d) standards and requirements of the Rehabilitation Act. Intent is to award a 5-phase contract with a 12-month period of performance for each phase. Interested businesses that believe they possess the capabilities necessary to undertake this project should submit an electronic copy of their capability statement, addressing the requirements identified above. Companies must demonstrate their ability and experience in providing these services. Please limit responses to 5 pages or less. Any proprietary information should be so identified. References shall include company name, point of contact, telephone number, fax number, and email address. Capability statement shall identify the business status of the organization. Respondents may submit their capability statement to: Angelina H. Waring at fwv2@cdc.gov. SUBJECT: Capability Statement, Solicitation No. 2009-N-10991.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b3830da8f8796fb727b8f04eeff98a7c&tab=core&_cview=1)
 
Place of Performance
Address: Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01691757-W 20081016/081014220555-b3830da8f8796fb727b8f04eeff98a7c (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.