SOURCES SOUGHT
R -- Maternal, Infant, and Early Childhood Home Visiting (MIECHV) program analysis and Report to Congress
- Notice Date
- 6/27/2014
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 14-250-SOL-00105
- Archive Date
- 7/26/2014
- Point of Contact
- Anne Marie Stephan, Phone: 3014434581
- E-Mail Address
-
astephan@hrsa.gov
(astephan@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide analysis to the Maternal, Infant, and Early Childhood Home Visiting (MIECHV) program and prepare the MIECHV Report to Congress. This requirement is to conduct an analysis of the MIECHV programmatic data, write the MIECHV Report to Congress, and provide briefings on the above. The Contractor will be required to: 1. Develop a draft plan for the Report to Congress adhering to the authorizing legislation. The plan shall include a detailed list of questions to be answered, and identification of the types of data required to answer these questions, analysis and synthesis methods to be used, and recommended approach for presenting the results. 2. Research the MIECHV programmatic data and participants in order to write the Report to Congress. Research may include conducting phone interviews. In addition, The Contractor shall conduct analysis for the MIECHV program data. 3. Develop an annotated outline 4. Develop drafts and final Report to Congress. The report shall include information regarding the extent to which grantees demonstrated improvements in each of the six benchmark areas; information regarding any technical assistance provided; and recommendations for such legislative or administrative action as the Secretary determines appropriate. 5. Present briefings of the findings of the report to the MIECHV program staff and key staff from the Department of Health and Human Services in Rockville, MD. Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: 1. Knowledge or the ability to provide the understanding of the Maternal, Infant, and Early Childhood Home Visiting program including: the six program benchmark areas; the state benchmark plans to demonstrate improvement in these areas; the programmatic data collected, and; the requirements outlined in Section 511 of the Social Security Act. 2. Ability to supply personnel with adequate academic, professional and technical experience related to the purposes of the project. 3. Demonstrated ability to plan, develop, and conduct multiple analysis of programmatic data and meet the challenge of utilizing multiple, complex data points in crafting a comprehensive report; 4. Demonstrated ability to produce high quality reports, presentations and other deliverables using both technical and non-technical language; 5. Demonstrated ability to work with federal staff and stakeholders from diverse organizations and with different backgrounds including home visiting program, related State or local public agencies, university, tribal agencies, and community based agencies and organizations. Contract performance shall be at the Contractor's location. A fixed price contract is anticipated for 16 months. This is a new requirement. The NAICS Code is 541990, with a small business size standard of $14m. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541990 (size standard $14m) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). Additional information on NAICS codes can be found at www.sba.gov 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) database (http://www.sam.gov) in order to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received via email by the Contract Specialist named below not later than 5:00 PM Eastern Standard time on Friday, July 11, 2014 for consideration. Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications or for information that will enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Anne Stephan Contract Specialist Office of Acquisition Management and Policy Health Resources and Services Administration 5600 Fishers Lane, 14W17A Rockville, MD 20857 email: astephan@hrsa.gov phone: 301-443-4581
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3b9a8c496a72cac029702e465d5be463)
- Place of Performance
- Address: contractor's location, United States
- Record
- SN03408578-W 20140629/140627234506-3b9a8c496a72cac029702e465d5be463 (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 |