SPECIAL NOTICE
U -- Evaluation Design for Women's Training(Request for Information)
- Notice Date
- 5/2/2014
- Notice Type
- Special Notice
- NAICS
- 541612
— Human Resources Consulting Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- 05WB022014
- Archive Date
- 6/30/2014
- Point of Contact
- Wanda Maddox, Phone: 2026937199, JANINE COWLING, Phone: 2026937162
- E-Mail Address
-
maddox.wanda@dol.gov, cowling.janine.l@dol.gov
(maddox.wanda@dol.gov, cowling.janine.l@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- DOL is seeking potential sources that are capable of providing the following: The contractor shall propose an evaluation design to help the Women's Bureau to answer the questions such as " How does a woman job seeker's previous work-related experience influence the type of training she receives after entering the American Job Center? How does the interaction between the job seeker and the job counselor influence the type of job training that a woman receives; and related questions." Understanding that there is an emphasis on placing those seeking training into training programs that will lead to placement in a high-demand occupation, the Women's Bureau would like to understand the factors that lead to the lower likelihood of non-traditional training placements for women. The Women's Bureau enlists the help of the contractor in determining the complete list of research questions to be answered. The Women's Bureau is interested in exploring whether focus groups (such as with women seeking jobs/training at the AJCs) and individual interviews (such as with job counselors at AJCs) can help us answer these questions; the evaluation design will be completed by the contractor. The evaluation plan, which would be designed by the contractor, will include (but is not limited to) its proposed research questions, evaluation/investigative methods, recruiting plans, analysis plans and reporting plans. The evaluation plan will also include a timeline with task list, as well as proposed deliverable deadlines. The contractor will carry out the evaluation, choosing the sample of representative job centers (considering urban/rural, state of economy and other factors) in order to develop an understanding of the histories of women entering the AJC and barriers women face in receiving job training in high demand and non-traditional occupations for women, and be able to make recommendations to the Women's Bureau on policy or program changes for which the Women's Bureau can advocate. The final report will include (but is not limited to): • Executive Summary (no more than 4 pages) • Overview of evaluation method/limitations • Employment/Training/Experience History of Women Job Seekers/Training Seekers Upon Entry to AJC • Women Job Seekers/Training Seekers' Barriers to Non-traditional occupations • Job Counselors' Barriers to placing women into non-traditional occupational training • Recommendations to Address the Barriers The contractor will schedule a briefing with the Women's Bureau, highlighting the final report and fielding questions from the Women's Bureau and perhaps other U.S. Department of Labor executives and staff. This statement of work requires an understanding of American Job Centers (AJC) and the full scope of non-traditional occupations for women. Deliverables would include written progress reports, evaluation work plan and schedule, draft / sample interview/focus group questionnaires, Detailed Evaluation Implementation Plan, Outline of Report, Final Report, final briefing and ad hoc briefings. All interested contractors shall submit a response demonstrating their capabilities to provide the requested service to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on DOL contracts and with its affiliates. NAICS Code to be used for this possible acquisition is 541512 and the small business size standard is $14 million. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates their ability and experience related to this effort. Please limit your response to 10 pages. Responses may be submitted electronically to the following e-mail address: Maddox.wanda@dol.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/05WB022014/listing.html)
- Place of Performance
- Address: U.S. Department of Labor, 200 Constitution Ave NW, Washington, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03355545-W 20140504/140502234316-e603ee7f932edb67fbc79e9dc501be7c (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 |