Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOURCES SOUGHT

B -- High Growth / Health Care Evaluation

Notice Date
4/2/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Contract Services, 200 Constitution Avenue, NW, Room N-4655, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL-RFI-2010-2002
 
Archive Date
4/11/2010
 
Point of Contact
Jeffrey D. Saylor, Phone: 2026963302, Dave K Chiu, Phone: 202-693-3092
 
E-Mail Address
Saylor.Jeffrey@dol.gov, chiu.dave@dol.gov
(Saylor.Jeffrey@dol.gov, chiu.dave@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (Sources Sought Notice) The U.S. Department of Labor is seeking qualified contractors to conduct random assignment evaluations of the impacts on participants' post-program employment and education outcomes of training provided under grants awarded with American Recovery and Reinvestment Act funds under the High Growth/Health Care Solicitations for Grant Applications (SGAs). The High Growth /Health Care grants were awarded February, 2010. The SGAs can be found at http://www.doleta.gov/grants/2009grants.cfm, and the announcements of awards can be found at: http://www.dol.gov/opa/media/press/eta/eta20100177.htm The High Growth / Health Care evaluation will involve three to five grantees. It will track the study sample for at least three years from the point of random assignment, and will take approximately five years to complete. ETA is conducting market research to identify firms that qualify under the Small Business Programs mentioned in Federal Acquisition Regulation Subpart 19. The NAICS Code is 541611, for which the Small Business Standard is $7 million. The contractor will be responsible for estimating the impacts of the training provided by the grantees on participants' post-program earning, employment and certification outcomes, overall and for key subgroups. Activities undertaken as part of this contract include, but are not limited to, developing evaluation design reports, collecting and analyzing data (including administering a large-scale survey), convening meetings, and providing briefings to executive-level federal staff. The contractor must be able to design an appropriate, rigorous, and feasible random assignment impact evaluation design; execute the evaluation; and prepare reports based on the data analysis. All offerors responding to this announcement must demonstrate the experience of their firm in successfully performing the aforementioned work (not the work of a subofferor). Please be advised that the following factors will be used to gauge the capability of a firm who responds to this request for information. Therefore, a firm's capabilities statement should address: 1) Serving as lead investigator for developing each type of evaluation design: (a) implementation study, and (b) large-scale multi-part random assignment impact study; •2) Providing in-house administration of a CATI survey to a minimum of 2,000 respondents, with a minimum of an 80 percent response rate; •3) Designing and conducting focus groups; •4) Developing documents to support the Paperwork Reduction Act clearance process; •5) Implementing strategies to minimize attrition in longitudinal impact evaluations; •6) Analyzing data for each type of evaluation: (a) implementation study and (b) large-scale multi-part random assignment impact study; •7) Developing a high-quality final evaluation report for each type of evaluation: (a) implementation study and (b) large-scale multi-part random assignment impact study; •8) Designing and administering random assignment as part of an impact evaluation involving 2,000 subjects (treatments and controls), at a minimum, including experience and ability to receive, handle, protect and dispose of data that may contain personally identifiable information, as pertains to federal regulations, the Privacy Act, FERPA, etc.; and •9) Serving as the primary or lead presenter in oral briefings to executive-level staff. All interested parties are invited to submit a capabilities statement, to Jeff Saylor, Contracting Officer, Division of Contract Services, 200 Constitution Avenue, NW, Room N4655, Washington, DC 20210. Responses are due April 9, by 2:30 p.m. EDT. Electronic copies of capability statements are preferred and may be emailed to saylor.jeffrey@dol.gov. The response must be specific to each of the factors listed above to demonstrate that the respondent is capable. The submittals shall not exceed 15 pages, TOTAL. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/WashingtonDC/DOL-RFI-2010-2002/listing.html)
 
Place of Performance
Address: Room N-4655, 200 Constitution Ave., N.W., Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02111093-W 20100404/100402234811-ae5bb07449e6758636b75f14a3e17c4b (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.