Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOURCES SOUGHT

U -- Sources Sought for the Operation of the Delaware Valley Job Corps Center

Notice Date
5/4/2011
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Labor, Employment Training Administration, Job Corps Boston Region, JFK Federal Building, Room E350, Boston, Massachusetts, 02203
 
ZIP Code
02203
 
Solicitation Number
DOL-11-RFI-BOS-DV-JCC
 
Archive Date
5/27/2011
 
Point of Contact
Tom Pendleton, Phone: (617) 788-2814
 
E-Mail Address
pendleton.edmond@dol.gov
(pendleton.edmond@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice for Request for Information (RFI) No. DOL-11-RFI-BOS-DV-JCC. 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. The United States Department of Labor is conducting market research for the upcoming procurement requirement for the Delaware Valley Job Corps Center and the Delaware Valley Career Transition Services (CTS), for the Office of Contracts Management (OCM). The NAICS Code is 611519, with a size standard of $35.5M. The procurement will involve the management and operation of the residential training and employment programs at Job Corps center located in Callicoon, New York and for the management and operation of the career transition services for Graduates and Former Enrollees leaving the Delaware Valley Job Corps Center and returning to the states of New York and New Jersey. The current contracted capacity for the Delaware Valley JCC is 396 residential students with the Career Transition Services (CTS) goals of 371 graduates and 154 former enrollees. 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/. Contractors shall provide youth 16-24 years of age with: 1. Academic, career technical training, social and employment readiness skills, counseling, basic health services, safety, recreation and work-based learning; 2. Management of government facilities; 3. Student supervision, meals, and support services; 4. Job placement assistance and transitional support services; 5. Training and professional development for staff; 6. Center oversight, financial, and program management. 7. Career transition support resulting in placement in careers aligned with training attained in Job Corps. 8. Placement of specified number of graduates and former enrollees as defined by the PRH and contract. 9. Job development and referral services 10. Follow up placement services to graduates and former enrollees 11. Transition support with housing, childcare and transportation for Job Corps graduates during the specified service window Interested Contractors responding to this RFI No.DOL-11-RFI-BOS-DV-JCC will be required to indicate their ability to successfully manage and operate a Job Corps center and CTS contract by responding to the 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. 4. If you have JC experience, provide OBS and OA/CTS goals, contract number, and contract name. Otherwise, please provide experience for the most current three years which is relevant/equivalent in content, scope and/or complexity to the requirements of operating a residential Job Corps center contract. 5. Does your organization have a federally approved purchasing system? 5a) Yes _____ No _____ 5b) If yes, by whom and when?________________ 6. Does your organization have a current negotiated indirect cost rate issued by a cognizant agency? 6a) Yes _____ No _____ 6b) If yes, provide a copy. 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. DOL-11-RFI-BOS-DV-JCC ; 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 May 12, 2011 at 12:00 p.m. Central Standard Time. Send your responses to Tom Pendleton at email address: Pendleton.Edmond@dol.gov. No questions pertaining to this notice will be entertained; please only submit your responses to the Qualifications and Capabilities requirements. Note: Written responses to this RFI should not exceed 12 pages. All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/BostonMA/DOL-11-RFI-BOS-DV-JCC /listing.html)
 
Place of Performance
Address: Address:New York State, Postal Code: 12723, Country:UNITED STATES, Callicoon, New York, 12723, United States
Zip Code: 12723
 
Record
SN02440443-W 20110506/110504235823-007ee9ceca45babea3c7e9ea800773a7 (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.