Opportunity

SAM #ACF-RFI-001

RFI: Impact Study Services for Healthy Marriage and Relationship Education Programs (HHS/ACF)

Buyer

OMAS STRATEGIC BUYING CENTER - HHS MISSION

Posted

April 30, 2026

Respond By

May 08, 2026

Identifier

ACF-RFI-001

NAICS

541720

This opportunity is a Request for Information (RFI) from the Department of Health and Human Services (HHS), specifically the Administration for Children and Families (ACF), seeking qualified GSA Schedule contractors for a large-scale impact study of Healthy Marriage and Relationship Education (HMRE) programs. - The project involves designing and conducting a rigorous impact evaluation of core components of HMRE programs funded under the 2025 grant cohort. - Services include research design, data collection, site recruitment, stakeholder engagement, data archiving, and dissemination of findings. - Deliverables include research design plans, data collection instruments, interim and final reports, communication plans, and special topic briefs. - Contractors must demonstrate experience with large-scale impact studies, prior work in HMRE or similar fields, and provide corporate experience as a prime contractor. - Strict privacy, data security, and federal compliance requirements apply, including background checks, OMB clearance, and IRB approval. - The anticipated contract will be Time & Materials, with a base period of 15 months and four option periods (up to 76 months total if all options are exercised). - The acquisition will be conducted via GSA e-Buy; no specific OEMs or vendors are named as this is a market research RFI. - Place of performance is primarily at the contractor's location, with federal oversight from HHS offices in Rockville, MD.

Description

Request for Information (RFI):

I. Introduction

(a) Summary: This Request for Information (RFI) is in support of Administration for Children and Families (ACF) in their efforts to establish a contract to test a prioritized subset of theorized core components using a rigorous study design to assess their impact on Healthy Marriage and Relationship Education Programs (HMRE) program implementation and participant outcomes. Core components are defined as essential functions and principles, common elements, program components, ingredients, or kernels that define the program and are judged as being necessary to produce outcomes in a typical service setting when implemented effectively. Work performed under this requirement will design and carry out a rigorous impact study to determine whether the identified core components are effective on a number of identified key program outcomes. The project should result in a final report summarizing the study and synthesizing information across the organizations included in the federal evaluation, including research findings, core components tested, and lessons learned.

The Draft Performance Work Statement (PWS) describes only the currently contemplated possible scope of services and may vary from the work scope in the final PWS included in any Request for Quotes (RFQ).

(b) Purpose: As part of market research, this RFI is being issued to determine:

If there are an adequate number of qualified, interested, GSA Schedule contractors capable of providing support as further described in the attached Draft PWS; and Whether the requirement is suitable for a small business set-aside.

(c) Proposed Acquisition Strategy: An RFQ using GSA e-Buy to satisfy the total requirement.

(d) Period of Performance: The anticipated period of performance one (1) non-severable base period and four (4) non-severable option periods. Individual CLIN periods of performance may overlap for defined intervals. During these periods, each CLIN will maintain a separate and non-duplicative scope of work.

(e) Disclaimer. This RFI is issued solely for information and planning purposes and does not constitute an RFQ. The Government does not intend to award a Schedule order(s), based only on responses to this RFI. Response to this notice is not a request to be added to a quoters list or to receive a copy of a solicitation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program. The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary. All submissions become ACF’s property and will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if issued.

(f) Attachments:

            Attachment 1 – Draft Performance Work Statement

II. RFI Response Submission

Due Date: Responses shall be submitted via email to the Contract Specialist identified in this notice and shall be submitted no later than the specified due date in this notice. No telephone calls will be accepted.

III. RFI Response Preparation Instructions

Interested parties are requested to provide the following information:

Table 1: Corporate Overview Table 2: Corporate Experience Examples Questionnaire Responses

Responses must be provided in the format as outlined below:  

(a)        Response shall be single spaced, Times New Roman font style, no smaller than 11-point font size, and formatted as a PDF or Word document. Pages limits are included below.

(b)        Table 1: Corporate Overview shall be no longer than a total of two pages in length.

(c)        Table 2: Corporate Experience shall be no longer than a total of six pages. All Corporate Experience examples must be performed by the respondent as Prime contractor. Indicate if your company is capable of meeting all requirements stated within the draft PWS provided.

(d)        Questionnaire: Responses to questionnaire shall be no longer than a total of four pages in length. All experience must be performed by the respondent as a Prime contractor.

(e)        Responses must not include proprietary information.

(f)        Do not submit pricing information in response to this RFI.         

Table 1: Corporate Overview (Page limit: two pages)

Name of Company

Name of Business Unit Responding to the RFI (if applicable)

GSA Schedule Contract Number(s)

GSA Schedule Contract Special Item Number(s)

UEI Number

Corporate Address

Total Number of Full Time Employees

Website URL

Small Business (specify NAICS)  (Yes/No)

YES NO

NAICS:

Type of Small Business, if applicable (e.g., Woman-Owned, Service-Disabled Veteran Owned, 8(a), HUBZone)

Do you have an Approved Purchasing System?

YES NO

One Point of Contact (POC)

(Enter name, phone number, and email address)

Name:

Phone:

Email:

Table 2: Prior and Current Corporate Experience (page limit: six pages TOTAL, two pages each)

Please complete the below template for up to three prior Corporate Experiences performed in the last five years in which the contractor (serving as prime contractor/team lead) provided or currently provides services similar in size, complexity, and scope to the requirements in the Draft PWS (Attachment 1). Include details about the number of impact study sites and total sample size. (Note: If your company is divided into separate business units, responses shall be based upon the Corporate Experience of the business unit responding to this RFI):

Contract Vehicle/Contract#

Contract/Project Name

Value at Award

Value at Completion/Current Value

Contract Type: check the type that represents the largest ($) for this contract

Time-and-Materials (T&M)/Labor-Hour (LH) Firm-Fixed-Price (FFP) Cost-Plus-Incentive-Fee (CPIF) Cost-Plus-Award-Fee (CPAF) Other: ________________________

Client Department or Agency

Project Title

Client POC, Name, E-mail, Phone

Percentage of Services Subcontracted

Identify name and business size of subcontractor/teaming partner

Brief Project Description

Questionnaire: (page limit: 4 pages)

Please provide responses to the requests below for experience performed in the last five years in which the respondent served as the prime contractor/team lead.

Please describe any prior experience related to healthy marriage and relationship education, including experiences related to parenting, economic stability, and relationship skills. Please describe any prior experience working to implement a large-scale impact study in healthy marriage, relationship education, or a related field. Include details such as the number of study sites, sample size, and dissemination. Please describe any prior experience working to identify or test theorized core components. Please provide any feedback or questions related to the clarity of the PWS, noting any relevant ambiguities or questions. Please provide recommended North American Industry Classification System (NAICS) code(s) for this requirement.

View original listing