Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOURCES SOUGHT

U -- Operation of the Blue Ridge Job Corps Center

Notice Date
12/5/2011
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Labor, Employment Training Administration, Job Corps National Office, 200 Constitution Avenue, N.W., Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL121RI20442
 
Archive Date
12/31/2011
 
Point of Contact
Ron Daitoku, Phone: 202-693-3964
 
E-Mail Address
daitoku.ronald@dol.gov
(daitoku.ronald@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
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. Sources Sought Notice for Request for Information (RFI) No. DOL121RI20442. The Government reserves the right to compete any acquisition resulting from this survey among small businesses based on the responses received. We encourage firms that qualify under the Small Business Programs mentioned in Federal Acquisition Regulation Subpart 19, including 8(a), HUBZone and Service Disable Veteran Owned Small Business to respond to this Notice. When submitting your response, please indicate under which Small Business program(s) you meet. The United States Department of Labor is conducting market research for an upcoming procurement requirement for the operation of the Blue Ridge Job Corps Center (JCC), for the Employment and Training Administration (ETA), Office of Contracts Management. Blue Ridge JCC is a predominantly female center with a current contracted capacity of 160 residential female students, 30 non-residential female students, and 10 non-residential male students. The procurement will involve the management and operation of the residential training and employment programs at the center located at 245 West Main Street, Marion, Virginia 24354. The North American Industry Classification System code for this procurement is 611519, with a size standard of $35.5M. The anticipated contract type is cost-reimbursement, plus incentive fee. The aniticiapted contract period of performance is a two-year base and three, one-year options. This procurement will involve the management and operation of a residential training and employment program. Contractors will be expected to provide all material, services, and necessary personnel to operate a JCC 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 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: · Academic, career technical, social and employment readiness skills, counseling, health services, safety, recreation and work-based learning; · Operation and management of campus facilities; · Residential management, supervision, meals, and support services; · Job placement assistance and transitional support services; · Trained and professional staff; · Center operations integrated with the local workforce development systems, employers and the business community. · Center oversight, financial and program management. Interested contractors responding to this Request for Information are required to demonstrate their ability to successfully operate the Blue Ridge Job Corps Center by responding to the capability requirements listed below. When describing experience in response to a capability requirement, contractors must provide the contract number, Government agency (if applicable), dollar amount, contract period of performance and a description of the services that correlates to the capability requirements listed below. The contractor should also indicate the number of students/program participants served for each described contract. If the contractor references a Job Corps contract, the contractor should also provide the referenced center's On Board Strength at the time that the contractor held the contract. 1. Experience providing job placement and transition services. 2. Experience providing a comprehensive academic and career technical training program. 3. Experience providing food services, medical, dental, and mental health care. 4. Experience managing and ensuring data integrity. 5. Experience protecting Personally Identifiable Information, whether on paper, in electronic form or communicated orally, in accordance with the Privacy Act of 1974, as amended. 6. Experience with facility and construction management. 7. Experience providing property management. 8. Experience providing residential management, residential supervision, and meals. 9. Experience operating a program that is integrated with the local workforce development systems, employers and the business community. 10. Experience operating a job-training program that reflects the local labor market conditions of the place of contract performance. 11. Experience operating a job-training program that is reflective of the workforce investment plans of the state where the program is located and experience taking part in the local workforce investment system of the program's local. 12. Access to financial resources sufficient to satisfy requirements of operating the Blue Ridge Job Corps Center for the first 45 days of operation or the ability to obtain them, e.g., a seven-figure bank line of credit, evidence of a positive cash flow, etc... 13. Experience with the financial management of a cost reimbursement type contract. All interested parties are invited to submit a capability statement. The response must be specific to each of the capability requirements listed above. 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 "Operation of the Blue Ridge Job Corps Center - Capabilities Statement." The 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. DOL121RI20442. 2. Company Name, Address, Contact Person with phone number and email address 3. Contractor's DUNS Number 4. Business Size Standard/Classification The closing date for the receipt of responses is 5 p.m. Eastern Time, Friday December 16, 2011. Send your responses to Ron Daitoku, at the following e-mail address: daitoku.ronald@dol.gov. All contractors doing business with the Federal Government must 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/JCNO/DOL121RI20442/listing.html)
 
Place of Performance
Address: 245 West Main Street, Marion, Virginia, 24354, United States
Zip Code: 24354
 
Record
SN02633171-W 20111207/111205233929-7b5d858a92a1a37c5d3ac7ef44af844a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.