Training and Technical Assistance (TTA) Network
ID: 140D0425R0019Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of the Interior is seeking proposals for the Training and Technical Assistance (TTA) Network, aimed at enhancing service delivery capabilities for approximately 1,700 grantees under the Head Start program. This initiative will involve the award of 12 Time and Materials (T&M) contracts, focusing on quality training in areas such as school readiness, compliance corrective actions, and professional development for staff. The TTA Network is crucial for providing localized support and capacity-building through a multidimensional system involving specialists in early childhood education and related fields. Interested contractors should contact Gabriella Jones at gabriella_jones@ibc.doi.gov or call 703-964-8831 for further details, with proposals due by the specified deadline in the RFP documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Consultant Approval Template for the OHS Regional Training and Technical Assistance Network facilitated by the U.S. Department of Health and Human Services, specifically the Administration for Children and Families, Office of Head Start. It serves to request consultant services for early childhood education (ECE) training, detailing the purpose and deliverables expected from the consultant. Key sections include the exact services to be provided, the location of task performance, and a breakdown of the anticipated timeline and total hours required for preparation, delivery, and follow-up activities. A crucial aspect of the template involves a comprehensive expense breakdown for the consultant’s services, including lodging, travel, materials, and meals, culminating in a grand total cost. Additionally, it requires the consultant's contact information and authorization signatures from Contracting Officer Representatives (COR) and Contracting Officers (CO). The template is essential for ensuring that federal funding is allocated smoothly and transparently in support of early childhood programs, adhering to grant and RFP requirements. Overall, this document facilitates the structured engagement of consultants to enhance ECE services across designated regions.
    The Problem Notification Report (PNR) serves as a formal communication tool for contractors to notify the contracting officer’s representative (COR) about issues affecting scheduled deliveries of goods or services. The report requires detailed documentation of the problem’s nature and source, indicating whether government action is necessary and how it might impact the delivery schedule. Additionally, it addresses whether the delay can be rectified and outlines the corrective actions required, including a new completion timeline. The PNR also assesses potential increases in costs due to the identified problems and specifies the responsibilities of both the contractor and the government regarding these costs. This structured format is crucial for transparency and accountability in government contracting processes, particularly within federal RFPs and grants.
    The U.S. Department of Health and Human Services' Administration for Children and Families (ACF) has issued a policy regarding email signatures for its employees and contractors. Effective immediately, all emails sent in an official capacity must contain a standardized signature block, which should include the individual's name, title, organization, and contact information. Personal expressions, tag lines, or editorial statements are strictly prohibited to avoid any perception of misrepresentation of the agency. The directive aims to maintain professionalism in communication while ensuring official correspondence adheres to governmental standards. This policy reinforces the importance of effective communication within ACF while safeguarding the integrity of the agency's image in all interactions.
    The Non-Disclosure Agreement (NDA) between the Department of Health & Human Services (HHS) and contractor employees facilitates conditional access to sensitive but unclassified information related to the Procurement Management Review process. The document outlines obligations concerning the protection of this information, including prohibiting unauthorized use, disclosure, or access beyond assigned duties. Contractors must comply with various federal laws protecting confidential information and must report any breaches. Upon completion of their role, contractors must return all sensitive materials, submit written works for security review, and assign any related royalties to the government. Violations of the NDA can lead to serious legal consequences. This document underscores the importance of confidentiality and the secure management of sensitive information within federal contracting processes, aligning with government standards for RFPs and grants.
    The document serves as a placeholder for the Department of Labor (DOL) wage determinations that will be relevant to federal solicitations. It indicates that the most current versions of wage determinations will be included with the solicitation documentation. This is essential for contractor compliance with labor standards and fair wage practices when responding to federal Request for Proposals (RFPs) and grants. The wage determinations are critical components that inform contractors of the minimum wage rates for laborers and mechanics employed under federal contracts, thus ensuring adherence to legislative standards and promoting equitable compensation in government-funded projects. The forthcoming inclusion of updated wage determinations ensures that all parties are aligned with current labor laws and wage guidelines as they prepare their proposals.
    The document serves as a guide for vendors to complete the Section 508 Evaluation Template for the U.S. Department of Health and Human Services (HHS), which ensures compliance with accessibility standards for information technology. Section 508 stems from a 2001 collaborative effort, resulting in a web-based checklist that facilitates market research requirements. The evaluation template is organized into summary and detail tables, summarizing a product’s conformity with Section 508 standards. Vendors must engage technical specialists to assess applicable standards and document how their product meets or fails to meet each criterion. These evaluations cover various software, hardware, and functional performance criteria, with guidance on documenting support features and remarks for each standard. The document stresses the vendor's responsibility for accurate reporting and acknowledges HHS's authority to reject proposals lacking detailed compliance information. It emphasizes the importance of accessibility in technology procurement and the obligation of vendors to provide support and documentation in accessible formats. Overall, the guide aims to streamline the evaluation process while fostering inclusivity in government services through accessible technology.
    The Department of Health and Human Services has issued a Past Performance Questionnaire as part of RFP No. 140D0425R0019, aimed at assessing potential contractors for the OHS Regional Training and Technical Assistance Network. The questionnaire consists of two main parts: Specific Performance and General Performance. The Specific Performance section solicits detailed descriptions of previous contracts, while the General Performance section requires evaluators to rate various performance areas such as product quality, schedule adherence, cost control, and business relations using a standardized scale. The document includes definitions for each rating and performance area, contributing to a structured evaluation of the contractor's past performance. Additionally, the evaluation will inform decisions made through the Contractor Performance Assessment Reporting System (CPARS), impacting future contract awards by federal agencies. The emphasis is on ensuring contractor accountability and performance reliability, aligning with federal regulations and program standards for effective service delivery.
    The document outlines the procedure for disclosing lobbying activities in accordance with 31 U.S.C. 1352, required for entities involved in federal actions such as contracts, grants, cooperative agreements, loans, or loan guarantees. Key information collected includes the type and status of federal action, the reporting entity’s details, the federal department or agency involved, and any lobbying registrant engaged to influence the federal action. The form requires specific data like award amounts, congressional districts, and any material changes in previous disclosures. It serves to ensure transparency about efforts to influence government outcomes, reinforcing accountability within federal funding processes. Failure to submit this disclosure may result in penalties. Participants are instructed to complete all relevant sections accurately to comply with federal regulations, emphasizing the importance of accurate reporting for all covered federal actions.
    The document outlines a Request for Proposals (RFP) for the Head Start Training and Technical Assistance Network, detailing instructions for offerors to complete a pricing spreadsheet specific to their proposed regions. Offerors are required to present fully burdened labor rates and can propose different levels of effort or personnel counts as long as they adhere to maximum limits specified in the pricing sheet. The document includes a comprehensive pricing model across regions 1 through 12, providing estimated costs for labor and Other Direct Costs (ODCs) such as travel, consultants, and training. For each region, the pricing summary includes labor categories like T/TA Coordinators, EC Managers, Administrative Assistants, and various specialists, along with corresponding levels of effort (LOE), personnel numbers (KP), and total pricing per period. It emphasizes the importance of documenting any changes to ODC values in the proposal's assumptions section. The estimated total contract values range from approximately $1.3 million to over $5.7 million depending on the region, indicating significant investment in workforce training and assistance aimed at enhancing the Head Start program's effectiveness across multiple locales.
    The document titled "Attachment J – Solicitation Question Form" serves as a structured format for submitting inquiries related to government Requests for Proposals (RFPs) and grants. It outlines a series of questions, each categorized by its reference number, document page, and relevant section. The Government Response section is provided to address these inquiries, facilitating transparency and communication between the government and potential applicants. This form is essential for ensuring that interested parties have a clear understanding of the solicitation requirements and any ambiguities can be clarified. The organization of the document emphasizes clarity, making it easier for respondents to engage with the RFP process effectively. Overall, this solicitation question form enhances the efficiency of the federal and state/local procurement systems by promoting an interactive dialogue concerning funding opportunities and project proposals.
    The Department of Health and Human Services (HHS) seeks proposals for 12 Training and Technical Assistance (TTA) Network contracts under the Head Start program. This initiative aims to enhance service delivery capabilities for approximately 1,700 grantees across specified U.S. regions, ensuring compliance with federal standards. The contracts, structured as Time and Materials (T&M), emphasize the need for quality training focused on areas such as school readiness, corrective action for compliance issues, and staff professional development. The contracts support both direct assistance and capacity-building through a multidimensional TTA system involving specialists in early childhood education, health, family engagement, and systems management. Each region will have dedicated teams, ensuring localized support reflective of community needs. The document outlines requirements for contractor personnel, qualifications, and performance expectations, including regular quality assurance and reporting. Overall, this RFP underscores HHS's commitment to improving early childhood education and support services, aligning with legislative mandates for technical assistance funding and reflecting a significant investment in child development initiatives nationwide.
    The document outlines a Request for Proposal (RFP) issued by the Department of Health and Human Services (HHS) for Training and Technical Assistance (TTA) Network services under the Administration for Children and Families (ACF), specifically for the Office of Head Start (OHS). The U.S. government intends to award 12 individual Time and Materials (T&M) contracts, corresponding to each of the 12 ACF Regions. It indicates that the services are severable, meaning funding is allocated specifically for distinct line items. The document includes standard identification codes, contact information, submission details, and statutory references that govern the contractual process, such as the Federal Acquisition Regulation (FAR). This RFP aims to engage vendors for support services critical to the ACF’s operations, reflecting the federal government’s commitment to fostering effective programs in early childhood education and care.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Staff Development Training for the AAIHS, OEHE
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Office of Environmental Health and Engineering (OEHE), is soliciting proposals for staff development training aimed at enhancing workforce competence. The primary objective is to provide leadership and personal development training that fosters supervisory skills and effective leadership, supporting ongoing employee development throughout their careers. This initiative is crucial for improving public health capabilities through a skilled workforce, with contractors expected to deliver training in various formats, including webinars and customized workshops, over a base period of 12 months with four optional yearly extensions. Interested parties should contact Stephanie Begay at stephanie.begay3@ihs.gov or call 505-256-6750 for further details regarding the solicitation.
    MOD TO ADD FUNDS TO A17PC00054
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting bids for a project to install radon gas mitigation equipment at Taos Day School in New Mexico, under solicitation number 140A2325Q0055. The objective is to address elevated radon levels detected in school buildings, ensuring a safe educational environment for Native American youth, with a project timeline of 180 days post-award and a budget estimated between $25,000 and $100,000. This initiative is part of broader efforts to improve educational facilities, emphasizing compliance with federal and state safety standards, including Davis-Bacon wage determinations. Interested contractors must submit proposals by April 7, 2025, and are encouraged to attend a mandatory site visit on March 24, 2025; for inquiries, contact Carolyn Sulla at carolyn.sulla@bie.edu.
    Bridge Part Task Trainer (BPTT) OCONUS (Solicitation) Draft
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is soliciting proposals for the Bridge Part Task Trainer (BPTT) OCONUS project. This procurement aims to acquire engineering services related to the development and implementation of training aids that enhance operational readiness for military personnel. The BPTT is critical for providing realistic training scenarios, thereby improving the effectiveness of training programs. Interested vendors can reach out to primary contact Pablo Barbatto at pablo.n.barbatto.civ@us.navy.mil or by phone at 407-380-8142, or secondary contact Cynthia Armound at cynthia.d.armound.civ@us.navy.mil or 407-380-8460 for further details.
    Student Support RFP Artesia, NM FLETC
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for Student Support Services at its Artesia, New Mexico facility. The procurement aims to secure comprehensive services including project management, vehicle maintenance, driver training, and firearms support, with a focus on enhancing operational effectiveness and compliance with federal standards. This contract is crucial for maintaining the training capabilities of FLETC, which serves a fluctuating student population of 700-1,000 individuals. Interested small businesses must submit their proposals by the specified deadlines, with a budget cap of $200,000 for miscellaneous supplies and services, and can direct inquiries to Nicholas Antal at nicholas.j.antal@fletc.dhs.gov or by phone at 575-746-8332.
    Training Support Services
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide Training Support Services at its facility in Artesia, New Mexico. The procurement encompasses a range of services including project management, recreational activities, training support, educational aide support, and materials supply, with a contract period set from July 1, 2025, to June 30, 2030. These services are critical for enhancing the training capabilities of law enforcement personnel across various agencies, ensuring effective and efficient training operations. Interested parties should direct inquiries to Nicholas Antal at nicholas.j.antal@fletc.dhs.gov or call 575-746-8332, with proposals due by the specified deadlines outlined in the solicitation documents.
    TPPIHC Roof Replacement and Fall Protection
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the TPPIHC Roof Replacement and Fall Protection project at the Taos-Picuris Health Center in Taos, New Mexico. This project involves replacing the existing roofing system and implementing fall protection measures, with an estimated construction cost between $1 million and $5 million, and is set aside for Indian Small Business Economic Enterprises (ISBEE). The successful contractor will be responsible for adhering to safety regulations, coordinating with health authorities, and completing the project within 180 calendar days. Proposals are due by March 20, 2025, following a mandatory site visit on March 5, 2025. Interested parties can contact Joshua VanSkike at joshua.vanskike@ihs.gov or 240-485-7526 for further information.
    THC – Medical Office - Three (3) Family Nurse Practitioner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal services involving three Family Nurse Practitioners (FNPs) for the Tsaile Health Center in Arizona. The contract, part of the Indian Small Business Economic Enterprise (ISBEE) initiative, will span from April 1, 2025, to December 31, 2027, and includes a base period and two option periods. This procurement aims to enhance healthcare services within Native communities, emphasizing compliance with federal regulations and the importance of quality service delivery. Interested parties must submit their proposals by March 17, 2025, and can contact Earl Morris Jr. at earl.morris@ihs.gov or 928-724-3735 for further information.
    U--Contractor support for NTC
    Buyer not available
    Special Notice: Contractor support for NTC The Department of Education and Training is seeking contractor support for NTC. This service is typically used for providing assistance and support to the NTC.
    THC – Outpatient Department - Two (2) Registered Nurse
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide two Registered Nurses (RNs) for the Tsaile Health Center in Arizona. The procurement aims to secure nonpersonal services for a total of 2,080 hours per RN each year, with the contract duration spanning from May 1, 2025, to April 30, 2028, including a base period and two option periods. This initiative is crucial for ensuring healthcare delivery in remote areas, particularly within Indian communities, and is set aside for Indian Small Business Economic Enterprises (ISBEE) with a budget threshold of $3.0 million. Interested offerors must submit their proposals by March 20, 2025, to the designated contracting officer, Earl Morris Jr., at earl.morris@ihs.gov.
    J--Well Pump Removal and Replacement for Tiis Nazbas
    Buyer not available
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is soliciting proposals for the removal and replacement of a water pump at the Tiis Nazbas Community School. This procurement aims to ensure compliance with the Federal Acquisition Regulation (FAR) while promoting participation from Indian Small Business Economic Enterprises (ISBEEs). The project is critical for maintaining the school's water supply infrastructure, which is essential for the health and safety of students and staff. Interested small businesses must submit their bids by March 12, 2025, at 5:00 PM Eastern Time, and can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov for further information.