Posted: April 15, 2025, 2:24 p.m. EDT
** AMENDMENT 6 **
Amendment 6 is posted to provide an updated pricing sheet that corrects an error on the previous versions. All other terms and conditions remain unchanged.
** AMENDMENT 5 **
Amendment 5 is posted to provide the final solicitation and updated pricing sheet, and to extend the proposal deadline to April 23, 2025 at 11:30 ET. Please review the RFP in its entirety.
** AMENDMENT 4 **
Amendment 4 is posted to notify industry of pending changes to the RFP to align with the recent restructuring and reorganization of the Office of Head Start. The response deadline is being changed from April 11 to April 18 in order to allow the Government sufficient time to amend the RFP. The amended RFP will be posted in the near future and a subsequent extension to the response deadline may be issued. Depending on the nature of the edits, the Government may reopen the question submission period.
There are no attachments associated with this amendment. The Contracting Officers kindly request industry hold off on submitting questions via email regarding the restructuring until the amended RFP documents are posted.
** AMENDMENT 3 **
Amendment 3 posts an updated RFP and Q&A. The response deadline remains April 11, 2025 at 11:30 AM ET. All changes to the RFP are highlighted in green.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
** AMENDMENT 2 **
Amendment 2 posts an updated RFP and Q&A. The response deadline is extended to April 11, 2025 at 11:30 AM ET.
** AMENDMENT 1 **
Amendment 1 posts an updated RFP. All changes are contained within Section C of the RFP. See RFP for details. Questions and response deadlines are unchanged.
** ORIGINAL POSTING **
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. The U.S. Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) - Herndon on behalf of the Office of Head Start (OHS) under the Administration for Children and Families (ACF) within the U.S. Department of Health and Human Services (DHHS) is issuing a Request for Proposal (RFP) to provide a Head Start Training and Technical Assistance Office in each of the twelve (12) ACF Regions.
The solicitation is a Commercial Services Acquisition conducted under Federal Acquisition Regulation (FAR) Part 12-Acquisition of Commercial Items, in conjunction with FAR Part 15 procedures and the streamlined procedures under FAR 12.6, under which the competitive range, if determined required, will be limited for efficiency. The NAICS code for this requirement is 541611 with a size standard of $15M. The Product Service Code (PSC) determined appropriate for this acquisition is U099 - Education/Training - Other. This acquisition is being competed as full and open competition on an unrestricted basis. All interested parties may submit a proposal. Offerors other than small business are required to submit a Subcontracting Plan in accordance with FAR 19.704-Subcontracting Plan Requirements. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
The competitive RFP, RFP amendments, and all questions and answers related to this procurement are made available via the Internet at https://fbohome.sam.gov/ under RFP number 140D0425R0019. Potential offerors are responsible for accessing the web site. Responses to the Request for Proposal are due 04/08/2025 at 11:30 AM ET. Award of this requirement is anticipated in July 2025. Interested parties must respond to the RFP in order to be considered for award of any resultant contract(s). There is no written solicitation document available, telephone requests will not be honored, and no bidders list will be maintained. Questions from offerors in response to the RFP shall be due on 03/14/2025 at 11:30 AM ET. This acquisition is on a quick timeline and offerors must adhere to all deadlines.
The Government anticipates that twelve (12) Commercial, Time and Materials (T&M) type contracts will be awarded for an eleven (11) month base period and four (4), twelve (12) month option periods for a total of fifty-nine (59) months.
Posted: April 14, 2025, 3:02 p.m. EDT
Posted: April 7, 2025, 4:26 p.m. EDT
Posted: March 27, 2025, 9:06 a.m. EDT
Posted: March 25, 2025, 1:09 p.m. EDT
Posted: March 10, 2025, 1:14 p.m. EDT
Posted: March 7, 2025, 9:58 a.m. EST
Background
The U.S. Department of the Interior (DOI), through the Interior Business Center (IBC), Acquisition Services Directorate (AQD), is issuing a Request for Proposal (RFP) on behalf of the Office of Head Start (OHS) under the Administration for Children and Families (ACF) within the U.S. Department of Health and Human Services (DHHS).
The purpose of this contract is to provide Training and Technical Assistance (TTA) services across twelve ACF Regions, aimed at improving the quality of services delivered by Head Start programs to economically disadvantaged children and families. This initiative is part of a larger effort to ensure that at least 2.5% to 3% of total Head Start allocations are reserved for TTA activities, which are crucial for enhancing program effectiveness.
Work Details
The contractor will provide comprehensive Training and Technical Assistance services through the following tasks:
1. **Training and Technical Assistance Services**:
- Support the Regional Office in developing TTA planning addressing OHS priorities.
- Manage regional TTA services ensuring high-quality deliverables.
- Develop quality assurance processes for TTA reports.
- Implement supervision and coaching systems for TTA staff.
- Conduct formal observations of TTA personnel to assess quality and professional development needs.
- Ensure timely completion of required reports including RNTP and RTTAPA.
- Develop coordinated systems for direct TTA delivery to recipients.
2. **Program Management**:
- Provide project management, oversight, administration, and quality assurance to meet SOW requirements.
- Conduct kick-off meetings, transition-in plans, and develop a Quality Control Plan within specified timelines.
3. **Data Management**:
- Utilize OHS-approved data collection tools to inform TTA services and report on trends.
- Ensure data accuracy in OHS-owned systems and propose new trend reports as needed.
Period of Performance
The anticipated period of performance is 59 months, consisting of an 11-month base period followed by four optional 12-month periods.
Place of Performance
The services will be performed across twelve designated ACF Regions in the United States.