Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOURCES SOUGHT

R -- Methamphetamine and Suicide Prevention Initiative (MSPI) - SOURCES SOUGHT

Notice Date
6/10/2009
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical 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, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
IHS1060910
 
Archive Date
6/26/2009
 
Point of Contact
WILLIAM N. LI,
 
E-Mail Address
William.Li@psc.hhs.gov
(William.Li@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought IHS1060910 SOURCES SOUGHT NOTICE THIS IS NOT A FORMAL REQUEST FOR PROPOSAL (RFP) AND DOES NOT COMMIT THE PROGRAM SUPPORT CENTER (PSC) TO AWARD A CONTRACT NOW OR IN THE FUTURE This is a SOURCES SOUGHT NOTICE to determine the availability of large and small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) under NAICS code, 541690. The Office of Indian Health Service (IHS) has a requirement of five years. I.H.S. seeks a qualified provider to provide technical assistance (TA) and program evaluation for approximately 15 Urban and Youth services grantees and Tribally run methamphetamine and/suicide program from American Indian and Alaska Native (AI/AN) communities funded under the Methamphetamine and Suicide Prevention Initiative (MSPI). Three vehicles of TA include: 1) MSPI project site visits when requested by the DBH Project Officer, as well as individual and group tele-conference calls; 2) develop and implement local and national outcome/output measures; develop, implement and maintain local and national evaluation tools, which will be accessible through a web-based format and support programs funded by the MSPI in implementation; 3) to develop, handle logistics and facilitate continued conference calls (no less than monthly, updates, group discussions, site visit follow-ups) to increase MSPI recipient’s communications support. The goal of the TA is demonstrable success of the individual projects, as well as development of positive group dynamics, collect and interpret information from all MSPI recipient sites from a national perspective, and collaboration and achievement of the stated goals and objectives of the individual projects. STATEMENT OF WORK (SOW) The SOW sets forth the expected outcomes (objectives) of the task order, the service(s) required of the Contractor to achieve the objectives, a performance standard per outcome, and an incentive plan (positive or negative) in the event the Contractor does not meet the performance standard. The SOW table below reflects the deliverables considered by DBH to be most important for the successful performance of this task order. METHAMPHETAMINE AND SUICIDE PREVENTION INITIAITIVE DIVISION OF BEHAVIORAL HEALTH (TABLE) ObjectivesRequired ServicePerformance StandardIncentives (positive or negative) 1. The Contractor shall meet with officials at IHS, to review the Statement of Work, confirm timelines, and tasks and facilitation methods and begin initial planning, develop and review and submit for approval an action plan for implementation of the evaluation process for the MSPI.Attend a face-to-face meeting in Rockville, MD and meet with the DBH staff to develop objectives and timelines for the MSPI.By the end of the face-to-face meeting. The Contractor will have developed an outline of expectations and due dates for all tasks.Exercising/ not exercising options. 2. The Contractor shall work in collaboration with the IHS MSPI PO to develop MSPI Local Evaluation Tool(s). This evaluation documentation(s) shall be used by all MSPI funding recipients’ at the local level. This evaluation tool(s) should capture the “core measures” required by all MSPI grantee and include “supporting” outcome and output measures which the MSPI grantees may elect to utilize to gain feedback on the program. The Contractor should demonstrate expertise in the evaluation process, tool usage and development. The Contractor will work with MSPI funding recipients and IHS to define the objectives and measures internally as well as the required core measures. The Contractor shall develop and submit for approval to the IHS PO a prototype local evaluation tool for approval. The document shall meet OMB standards. Exercising/ not exercising options. 3. The Contractor shall work in collaboration with the IHS MSPI PO to develop MSPI National Evaluation Tool(s). These evaluation documentation(s) shall be used to aggregate the local MSPI efforts on the national level. The evaluation tool(s) will collect all of the data collected on local evaluation tools and report on each MSPI funding recipients, specifically, and the MSPI from a national perspective. The Contractor shall demonstrate knowledge of software they will use for this data collection and aggregation, both locally and nationally. Monthly validity checks will be necessary. Exercising/ not exercising options. 4. Conduct and report on no more than(s) twenty (20) grantee site visits. Contract shall provide DBH site visit schedule for MSPI funding recipients for Year One. This site visit report should include preparatory evaluation (dates, time, agenda, contacts, needs site seeks to have addressed, key evaluation components to be addressed). As well as results of visit including evaluation specifics, recommendations, and next steps as applicable. Summary of notes and recommendation of the site visit to be shared with the MSPI funding recipients and the PO (full report with executive summary, background, contacts, days schedule, findings, recommendations, and next steps in a timed and measurable fashion). Exercising/ not exercising options. 5. MSPI Web-Based Evaluation SystemThe Contractor shall develop, with input from the PO, and implement a web-based information system. This system will be used by the MSPI funding recipients to capture the information collected from the MSPI Local and National Evaluation Tools. This system must be 508 compliant and must be able to aggregate the data collected. This system must be web-based, 508 compliant and must be able to aggregate the data collected from the grantees. Exercising/ not exercising options. 6. Develop and conduct monthly meetings/trainings for all MSPI grantees. The quarterly meetings/trainings should occur in either conference call and/or WebEx format when available and should include discussion/TA on local evaluation efforts; TA on evaluation tools, and information sharing on best/promising practices.Training sessions should occur 1x/month. Exercising/ not exercising options. 7. Summary of presentations, notes and recommendations from the MSPI Annual Meeting shall be developed and shared with the PO and the MSPI funding recipients.A full report with executive summary, background, contacts, days schedule, findings, recommendations, and next steps that will impact on the group as a whole, as well as sub elements that several sites have in common) shall be developed and submitted. This report should be developed and submitted to the PO no later than 30days from the last day of the MSPI Annual Meeting. Exercising/ not exercising options. 8. Develop and facilitate one (1) MSPI Annual Grantee Meeting before December 2009The contractor shall facilitate (1) one MSPI Annual Meeting for approximately all MSPI funding recipients. The Contractor will be responsible for the development of the curriculum based on input from the PO and a pre-conference participant evaluation query will elicit participant needs, desired format and goals for the meeting. Completion of (1) MSPI Annual Meeting. Exercising/ not exercising options. 9. Develop, maintain and facilitate communications support for all MSPI funding recipients’ sites. Develop, handle logistics and facilitate a listserv, continued conference calls, updates, group discussions, site visit follow-up communications support for all MSPI funding recipients sites. Extensive technical assistance in report formulation, review, with specific emphasis on evaluation and measurement tools is expected. Individual site specifics to be discussed on an ongoing basis between the grantee, project officer and contractor. Exercising/ not exercising options. 10. The Contractor shall submit monthly progress report to the PO. This progress report shall be in MS Word and submitted electronically to the PO. The Contractor shall include aggregate findings of all MSPI funding recipients sites, based on the national evaluation tool, in the monthly report to include an executive summary, and summary of significant indings/ events/ activities across the MSPI network. The monthly report shall be delivered to the PSC Contracts Office, on the 5th of each month for work conducted the previous month with a copy to the COTR. Exercising/ not exercising options. 10. A final report will be developed and submitted to the POThe final report shall be in MS Word and submitted no later than one month after the conclusion of the contract period. This document will include meeting materials, a list of MSPI funding recipients and contract information, evaluation assessments, a summary of progress, and recommendations for future program and evaluation activities. The final report shall be submitted electronically and in hard copy to the PO, no later than 30 days after the end of the contract. Exercising/ not exercising options. REQUIRED DEMONSTRATED KNOWLEDGE AND EXPERIENCE Any potential offeror must demonstrate the following: - Recognized as having expertise in program evaluation; - Expertise in providing technical assistance for projects; - The contractor shall have demonstrated knowledge and experience of working with large projects with limited capacity, as well as those with larger capacity (i.e. one or more FTE’s). - The contractor shall have demonstrated knowledge and experience of program evaluation and project monitoring as it pertains to American Indian and Alaska Native populations being served. - To adequately provide oversight and technical assistance, the contractor shall have demonstrated knowledge and understanding of both methamphetamine and suicide behavioral health treatment, the impact of suicide and methamphetamine abuse in AI/AN communities and the impact on the health and well-being of communities including cultural beliefs and practices. - Demonstrate concurrent program evaluation experience with multiple sites, no less than ten (10) unique multi year projects/ grants or cooperative agreements must be demonstrated. - Knowledge of the IHS Federal, Tribal, Youth and Urban Indian healthcare delivery system and its system of grants and cooperatives agreements; - History of collaboration with other (non IHS) Federal and non- profit agencies The contractor shall have knowledge and experience working with various Urban Indian organizations and Tribal entities including executive officers, child and youth project coordinators, injury prevention and/or environmental health leads, Wellness Programs, primary care, behavioral health and other community health and human services. - Past performance – the contractor shall have a satisfactory record of integrity, business ethics and provide a list of prior contracts for the past five (5) years related to AIAN behavioral health technical assistance and program evaluation and technical assistance. - Proposed Work plan and timelines address site visits, face to face meetings, communication and reporting schedule. -Along with the above, the following specific information is requested: (a) company descriptive literature; (b) specific related corporate experience; (c) experience with the type of performance expectations mentioned above; and (d) references (to include a point of contact and phone number) with first hand knowledge of the experience cited in (b), and (c) above; (e) Business information outlined below. Business information: a. DUNS b. Company Name c. Company Address (Company Point of Contact, phone number and email address) e. Type/Size of company, NAICS code, and Social Economic status, as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp. Additional information on NAICS codes can be found at www.sba.gov. f. Current GSA Schedule, Contract No., if applicable, appropriate to this Sources Sought g. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. The synopsis is for information and planning purposes and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. All information submitted in response to this announcement must arrive on or before the closing date. All capability statements can be submitted via e-mail, facsimile, or regular mail to the point of contact listed below. Responses must be submitted not later than June 25, 2009. Responses shall be limited to 10 pages. Resumes of key people are limited to 2 pages and may be submitted as an attachment, which will not count towards the page limit. Documentation should be sent to: Program Support Center Attn: William N. Li, Contracting Officer 5600 Fishers Lane, Room 5-101 Rockville, MD 20857 Email: William.Li@psc.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/IHS1060910/listing.html)
 
Place of Performance
Address: ROCKVILLE, Maryland, United States
 
Record
SN01841085-W 20090612/090610235229-3cc2234ddd30fe83cc40163125e66559 (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.