Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

U -- Operations Support for Great Onyx Job Corps Center

Notice Date
6/24/2008
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM, 1621 N. Kent Street, AQM Suite 707 RPE, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
AG-82X9-S-08-0213
 
Point of Contact
Carol J. Brown,, Fax: 703-605-5100
 
E-Mail Address
cjbrown@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This project is for the following operations and support positions at the Great Onyx Job Corps Civilian Conservation Centers; Program Manager, Clerical Worker, Senior Counselor, Counseling Staff, Senior Recreation Specialist, Vehicle Operators, Trainee Employee Assistance Program Specialist, Senior Resident Advisor, Residential Advisors, Maintenance Worker, Substitute Instructor, Driver Education Instructor, Assistant Work Program Officer/Safety Officer, Center Standars Officer, Health Service Personnel, Classroom Instructors, Wellness Manager, Supervisor for Counseling and Recreation, Career Technical Training Manager, Supply Clerk, and other positions as needed for the operation of the Job Corp Center. The average size of the three Center is 214 students with eight residents halls. The Forest Service intends on awarding a firm fixed price contract for this requirement with one base year and one option year that the may be exercised at the option of the Government. Work for the base year of this contract shall begin on August 31, 2008 and end June 30, 2009. This RFP will be available for download at www.fedbizopps.gov at no cost on or around July 15, 2008. No paper solicitations will be issued for this requirement. A pre-proposal meeting at each site will be conducted during to the solicitation time. Details regarding these meetings will be announced in the solicitation. It is recommended that potential offerors attend this meeting. It is HIGHLY recommended that potential Offerors download a complete copy of the RFP from the Website listed above, prior to attending the Pre-proposal conference and site visit. All potential attendees are required to RSVP in advance if they intend to attend any pre-solicitation meeting. RSVPs must be received at least five working days prior to the meeting time. Attendees are required to stop in at the front desk of the Administration buildings at each of the Centers to acquire a security pass and gain instructions as to where the conference and tours will be held on each Center. Potential offerors may not perform any unescorted tours of the Centers. No requests for variations of the Conference and tour itineraries will be considered. Only formally scheduled tours will be provided as part of the conference. It is recommended that comfortable clothing and walking shoes be worn at the meeting. All questions pertaining to this procurement shall be submitted in writing to cschofield@fs.fed.us. Only written questions will be addressed. Attendees should include a clear and concise list of questions to which they will want addressed at the conference. While all questions, and resultant answers, will be made public, the names of attendees and the source of the questions will not be disclosed publicly. Questions should be received by the contracting office no later than five days prior to the meeting. Lodging and subsistence are the responsibility of attendees. The approximate release date of this solicitation is May 1, 2008. This date is subject to change. Offerors shall monitor the www.fedbizopps.gov for the solicitation. The anticipated due date for solicitations is June 1, 2008, 12:00 local time, to the Job Corps Contracting Office address listed in the RFP. Responses received after that date and time will not be considered. All responsible sources may submit a proposal, which shall be considered by the Agency. Submitted proposals will become the property of the United States Government. Unsuccessful and/or surplus proposals will not be returned and will be scheduled for destruction.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26f16c9e785dddcace75901bcc3bbd71&tab=core&_cview=1)
 
Place of Performance
Address: Great Onyx Job Corps, 3115 Ollie Ridge Road, Mammoth Cave, Kentucky, 42259, United States
Zip Code: 42259
 
Record
SN01600313-W 20080626/080624221018-26f16c9e785dddcace75901bcc3bbd71 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.