SOURCES SOUGHT
A -- Legacy for Children Longitudinal Follow-Up
- Notice Date
- 3/20/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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-Q-11192
- Archive Date
- 4/17/2009
- Point of Contact
- Marsha S Roepe,,
- E-Mail Address
-
marsha.roepe@cdc.hhs.gov
- Small Business Set-Aside
- N/A
- Description
- Legacy for Children TM Sources Sought PR 67510 2009-N-11192 This is not a solicitation and does not guarantee that the Government will proceed with a solicitation or award of a contract in the future. This notice is only for market research purposes. This is a sources sought notice to determine the availability of potential small business (e.g. 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantage business, and women-owned small business) that can provide the services below. The project is a longitudinal follow-up of the Legacy for Children TM study participants. Legacy is a multisite, randomized controlled trial (RCT) examining the potential for improving child developmental outcomes through parenting programs designed to promote self-efficacy and a sense of community. Two research sites, the University of California at Los Angeles (UCLA), and the University of Miami participated in the study. The first contract was to implement the intervention and assess and follow the children prenatally or from birth until age 5. In the first phase of the study, 615 participants were enrolled into the study and randomly assigned into intervention and comparison groups. Eligibility was mainly based on indicators of low income and on geographic location. Some interventions that resulted in initial significant improvements in outcomes found the effect to fade at later age points (e.g., Infant Health and Development Program), whereas other interventions documented significant positive findings many years after the intervention was completed (Perry Preschool Project, Abecedarian Project). To properly understand the potential impact of Legacy for Children TM on children's long term healthy development, we must follow children beyond the preschool years. The purpose of this new contract is to establish ongoing outcome evaluation for this early childhood intervention program (Legacy), following children into the school years. The goal of this study is to test the long term efficacy of an early intervention model intended to promote child development through influencing parenting behavior. Three assessment periods are proposed-- ages 8, 10, and 12 years-- in order to capture cognitive, behavioral and socio-emotional outcomes during the early and middle school-age years, as well as the beginning of adolescence. These assessment periods parallel those from other parenting intervention studies and are critical periods when learning and behavioral/ socio-emotional problems emerge. Identifying these problems and assessing the impact of the early parenting intervention on these key developmental outcomes is an important step towards prevention of childhood disorders. Results from this study will provide data to influence state and national policies and to guide services for young children and their families. The collected data will inform the public whether these intervention services, delivered during the early years of life, can influence long-term educational and social outcomes such as school performance, employment, dependence on social services, antisocial and criminal behavior, and family unity. The project being proposed is a phased contract consisting of three phases. Phase 1: Preparatory work and start up, 12 months Phase 2: Data collection and Assessment: 6-7 years Phase 3: Project completion, 6 months, following completion of at least age 12, assessment Businesses having the capability to perform this work are invited to submit a Statement of Capability (SOC) in order for the Government to determine acquisition strategy for this procurement. Capable offerors must clearly demonstrate that they possess expertise, experience and a thorough comprehensive knowledge in the study requirement. In addition, the SOC shall clearly address the offeror's capabilities in the following areas: The proposed staff should have substantial research experience in childhood intervention with knowledge of applied research methodology. In addition the offeror should have experience in working with at risk and ethnically diverse populations; especially in determining appropriate assessment methods for maintaining sample size with these populations. The Principal Investigator should be experienced in child development; longitudinal research and evaluation methods; assessment methodology; data collection/management and be available for providing adequate input to the research activities. The offeror shall describe past and current experiences: a) working with state health departments, other public health entities, and health care providers; b) conducting large, multi-state cohort investigations where high response rates are essential; c)collecting high-quality interview data from populations that may be low-income, Spanish-speaking, or migratory; d) managing and analyzing complex datasets; and e) writing for scientific publication. The offeror should clearly describe resources for data management and analyses, including biostatistical expertise. The contractor shall, acting independently and not as an agent of the Government, provide all labor, supervision, equipment, materials, supplies, travel, transportation and perform all work necessary to perform the study. Interested businesses that believe they possess the capabilities necessary to undertake this project should submit a hardcopy and an electronic copy of their capability statement, addressing the minimum contractor requirements identified above. Companies must demonstrate their ability and experience in providing these services within the last 36 months. Please limit responses to 5 pages or less. Any proprietary information should be specifically identified as such. References shall include company name, point of contact, telephone number, fax number, and email address. Capability statements shall identify the business status (e.g. small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantage business, and women owned small business) of the organization. Responses, both electronic and hardcopy, must be received by April 2, 2009 4:00 pm EDST. Capability statements will not be accepted after the due date and time. Respondents may submit their email and hardcopy capability statement to Marsha S. Roepe Electronic Copy: gpu9@cdc.gov SUBJECT: 2009-Q-11192 Capability Statement Hardcopy: Centers for Disease Control and Prevention ATTN: Marsha S. Roepe 2920 Brandywine Road, Rm. 3000, M/S E-09 Atlanta, GA. 30341-5539
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=224de263e52f88909292cfdd16bd92cf&tab=core&_cview=1)
- Record
- SN01773903-W 20090322/090320215835-224de263e52f88909292cfdd16bd92cf (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 |