SOURCES SOUGHT
B -- Evaluation Training and Technical Assistance Center (E-TAC) for the Sexual Assault Prevention and Response Office (SAPRO)
- Notice Date
- 3/16/2022 4:51:22 AM
- Notice Type
- Sources Sought
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- DEFENSE HUMAN RESOURCES ACTIVITY ALEXANDRIA VA 223504000 USA
- ZIP Code
- 223504000
- Solicitation Number
- 22SAPRO-ETAC
- Response Due
- 4/8/2022 9:00:00 AM
- Point of Contact
- Melissa S. Tamayo, Phone: 2026803362
- E-Mail Address
-
melissa.s.tamayo.civ@mail.mil
(melissa.s.tamayo.civ@mail.mil)
- Description
- NOTICE TYPE: Sources Sought CENTER OFFICE: �SAPRO REQUIREMENT: �Evaluation Training and Technical Assistance Center (E-TAC) for the Sexual Assault Prevention and Response Office (SAPRO) The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS). The Government requires contractor services to assist the SAPR Services/NGB/CG in building the capacity for evaluation and in planning and evaluating their prevention efforts. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. The proposed NAICS for this effort is 541720, Research and Development in the Social Sciences and Humanities (size standard $20M). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following: The Contractor shall provide the personnel, equipment, tools, transportation, supplies, management, supervision and materials necessary to advance DoD SAPRO�s goal to offer support to the Services/NGB/CG in the provision of training and technical assistance (TTA) related to evaluation. Specifically, the contractor shall provide evaluation of prevention activities through implementation of the Evaluation Training and Technical Assistance Center (E-TAC) to (1) support the evaluation of prevention activities that are already being implemented (e.g., in widespread use but not currently being evaluated); (2) develop evaluation measures and plans; and (3) support the evaluation of prevention activities at the outer levels of the social ecology (e.g., by providing TTTA, conducting evaluability assessments, identifying metrics and creating an evaluability plan, and/or conducting a rigorous evaluation).�� This contract will require expertise and capacity across a number of areas. First, contractors will need to work with multiple project teams to develop evaluation plans that will meet the team�s needs and ensure the highest level of rigor possible. Second, the contractors will need expertise in evaluation research within the Military/DOD to allow for expedient approvals related to human subjects approvals and all other required approvals. Third, extensive expertise in various evaluation designs is needed to support teams in identifying the most rigorous design to evaluate prevention efforts. It is possible that projects may require different evaluation designs. Fourth, extensive expertise is needed in data analysis and interpretation, as these also are likely to differ across projects. Finally, capacity to do each of these types of evaluation activities across multiple projects simultaneously is needed, including collection of large amounts of data.� �� SUBMISSION INFORMATION: � A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA contract number, schedule. B.� CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages 1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include: Provision of ad hoc training and technical assistance specific to evaluation in military settings Evaluation of prevention activities in in military settings, including process and outcome evaluations. Development of metrics and evaluation plans that can be used to evaluate prevention activities, with a focus on short and intermediate outcomes. Evaluation of prevention activities at the outer levels of the social ecology. This includes experience in conducting policy analyses. Provision of subject matter expertise in evaluation design, data collection, and analysis and interpretation of data in military settings. Specific knowledge of evaluation research within the Military/DOD is needed to allow for expedient approvals related to human subjects approvals and all other required approvals. Ability to work with multiple teams, collect large amounts of data simultaneously, and communicate clearly and concisely with staff in a multidisciplinary setting with varying levels of experience in evaluation. 2. Industry feedback is requested on the PWS for this requirement. Please list any challenges or � ��� potential performance roadblocks related to fulfilling the PWS requirements and any � ��� suggestions for improving the PWS language. Additionally, the Government seeks answers to�� ��� the following questions concerning this requirement. Please consider providing responses: What is your opinion about the difficulty and/or feasibility of the potential requirements, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts? What is your staff expertise, including your availability, experience, formal training, and any other training related to the requirements? (this may already be answered in #1) What is your current in-house capability and capacity to perform the work described? C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. �All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party�s expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government.� RESPONSE DUE DATE: The Government requests that all responses be returned by 12:00 PM ET on 04/08/22. All responses shall be submitted electronically to the DHRA Enterprise Acquisition Division point of contacts:� melissa.s.tamayo.civ@mail.mil Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7d7704e80e0043a79551814ef1c3f81c/view)
- Record
- SN06269489-F 20220318/220316230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |