SOURCES SOUGHT
M -- Operation of the new Wind River Job Corps Center
- Notice Date
- 1/29/2014
- Notice Type
- Sources Sought
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of Labor, Employment Training Administration, Office of Contracts Management, 200 Constitution Avenue, NW, N-4649, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- DOL141RI20747
- Archive Date
- 1/29/2015
- Point of Contact
- Gregory Sabater, Phone: (202) 693-3805, Jillian L Matz, Phone: 202-693-2836
- E-Mail Address
-
Sabater.Gregory@dol.gov, matz.jillian@dol.gov
(Sabater.Gregory@dol.gov, matz.jillian@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- Description Sources Sought Notice for Request for Information (RFI) Number DOL141RI20747. The government reserves the right to compete any acquisition resulting from this notice. 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. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. THIS IS NOT A REQUEST FOR PROPOSAL The United States Department of Labor, Employment & Training Administration is conducting market research for the upcoming procurement requirement for the operation of the Wind River Job Corps Center (JCC). The NAICS Code is 611519, with a size standard of $35.5M. It is anticipated that a cost-reimbursement, incentive fee type contract with two base years and three unilateral option years will be awarded. The procurement will involve the operation and management of a residential education, training and employment program at Wind River JCC located near Riverton, Wyoming. Contractors will be expected to provide all material, services, and necessary personnel to operate this 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://www.jobcorps.gov/AboutJobCorps/performance_planning.aspx. 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, 16-24 years of age, 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 government facilities; •3. Residential management, supervision, meals, and support services; •4. Job placement assistance and transitional support services; •5. Training and professional development staff •6. Center operations integrated with the local workforce development systems, employers and the business community •7. Center oversight, financial and program management The on-board strength (OBS) for the Wind River Job Corps Center is 260 residential and 40 non-residential students. This is a new center that is located on 124 acres near the city of Riverton, Fremont County, State of Wyoming. There are six buildings currently under construction. All contractors doing business with the Federal Government shall be registered in Central Contractor Registration (CCR) database which is located on the System for Award Management (SAM) website, https://www.sam.gov/index.html#1. The website for registration is http://sam.gov. All active CCR records have migrated to SAM. ALL QUALIFIED SMALL BUSINESSES INCLUDING 8(a) FIRMS ARE ENCOURAGED TO PARTICIPATE. Interested contractors responding to this RFI will be required to indicate their ability to successfully manage and operate a Job Corps Center operation by responding 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. FOR A CONTRACTOR TO BE DEEMED CAPABLE, THE CONTRACTOR MUST BE FOUND CAPABLE IN ALL NINE (9) REQUIREMENTS LISTED BELOW. Statement of Qualifications / Capabilities Statement •1. Describe your organizational experience in establishing and providing food services, medical, dental, and mental health care. •2. Describe your organizational experience managing and ensuring data integrity. •3. Describe your organizational experience protecting Personally Identifiable Information, whether on paper, in electronic form or communicated orally. In accordance with the Privacy Act of 1974, as amended. •4. Describe your organizational experience with facilitating a start-up operation of a new facility (multiple buildings) to include property management. •5. Describe your organizational experience in establishing and providing residential management, residential supervision, and meals. •6. Describe your organizational experience in establishing a program that is integrated with the local workforce development systems, employers and the business community. •7. Describe your organizational experience operating a job training program that reflected the local labor market conditions of the program's location and the workforce investment plans of the state of the program's location. Describe your experience taking part in the local workforce investment system in the program's locale. •8. Describe your organizational financial management experience of a cost reimbursement type contract, and your organization's access to financial resources sufficient to satisfy requirements of operating a Job Corps center's operation for the first 60 days of operation or the ability to obtain them (e.g., a $3 million line of credit, evidence of a positive cash flow, etc.). •9. Describe your organization's infrastructure for corporate oversight, support, management/corporate services and the hiring and training of staff in multiple disciplines 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 response must be specific to each of the capability requirements listed above. The submittals shall not exceed 10 pages, TOTAL. The capabilities statement package must be transmitted under a cover letter and must cite the following information at a minimum: •1. Response to RFI Number DOL141RI20747 •2. Company Name, Address, and Company Point of Contact •3. DUNS Number •4. Business Size Standard/Classification and socio-economic status, if applicable •5. NAICS code certifications The closing date for the receipt of responses is February 12, 2014, at 1:00PM, Eastern Standard Time. Send your responses to Gregory Sabater at the following email address, Sabater.Gregory@dol.gov No questions in connection with this notice will be accepted. Only submit responses to the Qualifications and Capabilities requirements provided above. The government reserves the right to compete any acquisition resulting from this notice. 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. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/DOL141RI20747/listing.html)
- Place of Performance
- Address: Wind River Job Corps Center near Riverton, Wyoming, Riverton, Wyoming, 82501, United States
- Zip Code: 82501
- Zip Code: 82501
- Record
- SN03277136-W 20140131/140129234619-6695081159a44a92564e743f35042fad (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 |