Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
SOLICITATION NOTICE

M -- RFI - Gadsden JCC

Notice Date
4/18/2011
 
Notice Type
Cancellation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Labor, Employment Training Administration, Job Corps Dallas Region, A. Maceo Smith Federal Building, 525 Griffin Street, Room 403, Dallas, Texas, 75202-5028
 
ZIP Code
75202-5028
 
Solicitation Number
DOL-SS12YAAL005
 
Archive Date
12/9/2011
 
Point of Contact
Linda Bynum, Phone: 972-850-4423, Mary Y Lindsey, Phone: (972) 850-4409
 
E-Mail Address
bynum.linda@dol.gov, lindsey.mary@dol.gov
(bynum.linda@dol.gov, lindsey.mary@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Request for Information (RFI) No. DOL-SS12YAAL005. Based on the responses received, 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. 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. The United States Department of Labor is conducting market research for the following upcoming procurement requirements entitled "Operation of the Gadsden Job Corps Center"for the Employment and Training Administration (ETA). The NAICS code for the Operation of Job Corps Centers is 611519 with a size standard of $35.5 million. The type of contract will be cost-reimbursement plus incentive fee with 2 base years and 3 unilateral option years. This procurement will involve the management and operation of residential training and employment programs. Contractors will be expected to provide all materials, 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 U.S. 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/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. •8. Career transition services. Interested Contractors responding to this RFI No. DOL-SS12YAAL005, will be required to indicate their ability to successfully manage and operate a Job Corps Center, Outreach/Admissions (OA) and Career Transition Services (CTS) contract by responding to the Qualifications/Capabilities requirements stipulated below: Statement of Qualifications /Capabilities Statement Provide experience for the most current three years which is relevant/equivalent in content, scope and/or complexity to the requirements of operating a non-residential Job Corps (Job Corps) center contract. Describe your organizational experience with recruitment and placement services. If you have JC experience, provide OBS and contract number, and contract name. Provide information demonstrating access to financial resources to satisfy requirements of operating a Job Corps Center and Career Transition Services contract or the ability to obtain them. Describe your organizational experience in the provision of a comprehensive academic and career technical training program. Describe your organizational experience in the provision of food services, medical, dental, and mental health care. Describe your organizational experience in managing and ensuring data integrity. Describe your organizational experience in protecting Privacy Act information. Describe your organizational facility and construction management experience. Describe your organizational property management experience. Describe your organizational experience operating two or more locations concurrently. Describe your organizational experience with financial management of a cost reimbursement type contract. Does your organization have a federally approved purchasing system? Yes _____ No _____ If yes, by whom and when?________________ Does your organization have a current negotiated indirect cost rate issued by a cognizant agency? Yes _____ No _____ If yes, provide a copy. Does your organization maintain a written procurement policy? Yes _____ No _____ If yes, briefly describe the number of procurements conducted in a typical year and the average dollar value. All interested parties are invited to submit a capabilities statement. The response must be specific to each of the qualifications listed above to demonstrate that the respondent has the skills and experience. The submittals shall not exceed 10 pages, TOTAL. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. PLEASE NOTE THAT THIS NOT A REQUEST FOR PROPOSAL. All interested parties are invited to submit in writing, by the closing date indicated below for receipt of responses, a package entitled "Statement of Qualifications / Capabilities Statement (which must include the contractor's indication of their ability to fulfill requirements). The Statement of Qualifications / Capabilities Statement package must be transmitted under a cover letter. The Cover Letter must cite the following information at a minimum: 1.) Response to RFI No. DOL-SS12YAAL005; 2.) Company Name, Address, Contact Person Information; 3.) DUNS Number; 4.) Business Size Standard/Classification; and 5.) NAICS code certifications. The closing date for the receipt of responses is April 25, at 4:00 p.m. Central Standard time. Send your responses to Linda Bynum at email address: bynum.linda@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/DallasTX/DOL-SS12YAAL005/listing.html)
 
Place of Performance
Address: Gadsden JCC, 600 Valley Street, Gadsden, Alabama, 35901, United States
Zip Code: 35901
 
Record
SN02426841-W 20110420/110418234004-c0c6fb17a3b9aae1bae60f793f389305 (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.