Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOURCES SOUGHT

M -- Market Research for Small Business - Operation of Job Corps Centers

Notice Date
8/23/2010
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
OASAM Office of JC Support - OASAM/JC Contracting Chicago
 
ZIP Code
00000
 
Solicitation Number
DOLOJCRFI-1003
 
Archive Date
9/17/2010
 
Point of Contact
Sandra Perkins, Phone: 312-353-0959, Denise Morrissey, Phone: 312-353-0957
 
E-Mail Address
perkins.sandra@dol.gov, morrissey.denise@dol.gov
(perkins.sandra@dol.gov, morrissey.denise@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Request for Information (RFI) No. DOLOJCRFI-1003. The government reserves the right to compete any acquisition resulting from this survey among small businesses or to make award to an 8 (a) firm, based on the responses received. This sources sought notice is for planning purposes only and does not commit the Government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. All qualified small businesses including 8(a) businesses are invited to participate. Small businesses currently operating center contracts need not respond to this RFI. The United States Department of Labor is conducting market research for upcoming procurement requirements, entitled "Operation of Job Corps Centers", for the Employment and Training Administration (ETA). The NAICS code for the Operation of Job Corps Centers is 611519, with a size standard of $35.5M. A listing of procurements tentatively scheduled to be issued in Fiscal Year 2011 for these Job Corps centers is provided below. The type of contract will be cost-reimbursement, incentive fee, with 2 base years and 3 unilateral option years. The Job Corps center procurements will involve the management and operation of residential training and employment programs at Job Corps centers located throughout the United States. Contractors will be expected to provide all material, services, and necessary personnel to operate a Job Corps center as set forth in Title 1, Subtitle C of the Workforce Investment Act of 1998, and the Job Corps Policy and Requirements Handbook (PRH). The PRH is available at http://jobcorps.dol.gov. Job Corps is a national residential training and employment program administered by the Department of Labor to address the multiple barriers to employment faced by disadvantaged and at-risk youth throughout the United States. Job Corps provides educational and career technical skills training and support services. The unique combination of services provided in the Job Corps is intended to better prepare youth to obtain and hold gainful employment, pursue further education or training, or satisfy entrance requirements for careers in the Armed Forces. The contractor shall provide: •1. Academic, career technical, social and employment readiness skills, counseling, health services, safety, recreation and work-based learning; •2. Operation and management of campus facilities; •3. Residential management, supervision, meals, and support services; •4. Job placement assistance and transitional support services; •5. Trained and professional staff; •6. Center operations integrated with the local workforce development systems, employers and the business community. •7. Center oversight, financial and program management. Interested Contractors responding to this RFI No. DOLOJCRFI-1003 will be required to indicate their ability to successfully manage and operate a Job Corps center and OA/CTS contract by responding to the 3 Qualifications/Capabilities requirements stipulated below: 1. Provide experience for the most current three years which is relevant/equivalent in content, scope and/ or complexity to the requirements of operating a Job Corps center contract. 2. Provide "demonstrated" past performance information, to include contract value of each contract, for the most current three years for the management and operations of similar contracts, and how such experience demonstrates the ability to perform a cost-reimbursement type contract. 3. Provide information demonstrating access to financial resources to satisfy requirements of operating a Job Corps center contract or the ability to obtain them. All interested parties who believe they can provide the above mentioned information are invited to submit in writing, by the closing date indicated below for receipt of responses, a package entitled "Statement of Qualifications / Capabilities." The Statement of Qualifications / Capabilities package must be transmitted under a cover letter. The Cover Letter must cite the following information at a minimum: 1. Response to RFI No. DOLOJCRFI-1003; 2. Company Name, Address, Contact Person Information; 3. DUNS Number; 4. Business Size Standard/Classification and socio-economic category of your company. The closing date for the receipt of responses is Thursday, September 2, 2010 at 12:00 p.m. Central Daylight Time. Send your responses to Sandra Perkins, at email address: perkins.sandra@dol.gov. No questions pertaining to this notice will be entertained; please only submit your responses to the Qualifications and Capabilities requirements. All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database. The website for registration is https://www.bpn.gov/ccr. The following unrestricted center procurements are tentatively scheduled to be issued in FY 2011: Philadelphia JCC, Laredo JCC, New York City Job Corps Center (JCC) & OA/CTS, Delaware Valley JCC & OA/CTS, Woodland JCC, Gainesville JCC, Kittrell JCC, Albuquerque JCC & OA/CTS, St. Louis JCC & OA/CTS, Inland Empire JCC, Sierra Nevada JCC, Hawaii JCC, Manchester JCC (a new center) and Wind River JCC (a new center)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/JCSupport/ASAJC4/DOLOJCRFI-1003/listing.html)
 
Place of Performance
Address: Nationwide Locations, 20210, United States
Zip Code: 20210
 
Record
SN02251480-W 20100825/100823235513-2fce3a9f9819126be3236e8a4a19e5bb (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.