Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2018 FBO #5945
SOURCES SOUGHT

M -- Operation of San Diego Job Corps Center

Notice Date
3/2/2018
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Labor, Employment Training Administration, Office of Contracts Management (National), 200 Constitution Avenue, NW, N-4649, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
1630J6-18-N-00002
 
Point of Contact
Chin-Jen Chang, Phone: 4156252384, Sheryl Algee, Phone: 4156258985
 
E-Mail Address
chang.chin-jen@dol.gov, Algee.Sheryl@dol.gov
(chang.chin-jen@dol.gov, Algee.Sheryl@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Request for Information (RFI) Number 1630J6-18-N-00002. 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 San Diego Job Corps Center. The NAICS code is 611519 with a size standard of $38.5 million. The resulting contract will include a combination of firm-fixed-price and cost reimbursable line items with two base years and three unilateral option years. The procurement will involve the operation and management of a residential education, training, and employment program at San Diego Job Corps Center, Outreach/Admissions, and Career Transition Services. Contractors will provide all material, services, and necessary personnel to operate this Job Corps center as set forth in Workforce Innovation and Opportunity Act (WIOA) of 2014. WIOA supersedes the Workforce Investment Act of 1998 and authorizes the Job Corps program. Contractors are also required to comply with the Job Corps Policy and Requirements Handbook (PRH). The PRH is available at https://eprh.jobcorps.gov/Pages/Home.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 Job Corps will 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 with financial and program management 8. Outreach and Admissions 9. Career Transition Services The on-board strength (OBS) for the San Diego Job Corps Center is 300 residential males, 218 residential females, 12 non-residential males, and 25 non-residential females for a total capacity of 555 trainee participants. The center is located in the city of Imperial Beach and county of San Diego in the State of California. The property consists of approximately 27 acres of land with 28 buildings. All contractors doing business with the Federal Government shall register in Central Contractor Registration (CCR) located on the System for Award Management website. 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 Request for Information (RFI) will be required to indicate their ability to successfully manage and operate a Job Corps center by responding to the capability requirements. 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 CONSIDERED CAPABLE, THE CONTRACTOR MUST BE FOUND CAPABLE IN ALL REQUIREMENTS LISTED BELOW. Capability Requirements: 1. Describe your organizational experience operating a large scale job training program similar in size and scope to the San Diego Job Corps Center. Your demonstrated experience must encompass key aspects of operating a similar program to include: providing food services; medical, dental, and mental health care; facility and property management; residential management and supervision; recreational programming; student transportation; oversight and purchase of Government-owned property; managing GSA fleet vehicles; and protecting Personally Identifiable Information. 2. Describe your organizational experience coordinating activities carried out through a job training program with activities carried out under State and local workforce development plans. 3. Describe your organizational experience offering career and technical education and training that reflects employment opportunities in the local areas in which enrollees intend to seek employment. 4. Describe your organizational experience in successfully assisting at-risk youth to connect to the workforce including provision of intensive academics and career and technical education and training. 5. Describe your organization’s demonstrated record of placing at-risk youth into employment and postsecondary education. 6. Describe the strong fiscal controls your organization has in place to ensure proper accounting of Federal funds, and describe how your organization will meet the requirements of Section 159(a) of WIOA. Section 159(a) requires contractors to maintain a financial management information system that will provide accurate, complete, and current disclosures of the costs of Job Corps operations and sufficient data for the effective evaluation of activities carried out through the Job Corps program. In addition, Section 159(a) requires each operator to maintain funds received in accounts in a manner that ensures timely and accurate reporting as required by the Secretary of Labor. Section 159(a) also requires that center operators remain fiscally responsible and control costs regardless of whether the funds made available for Job Corps centers are incrementally increased or decreased between fiscal years. 7. Describe your organizational experience complying with basic health and safety codes which shall include the disciplinary measures described in Section 152(b) of WIOA. 8. Describe your organizational financial management experience of a cost reimbursement type contract, and demonstrate your organization’s ability to access financial resources sufficient to operate a Job Corps center for the first 60 days of operation or the ability to obtain financial resources prior to award. 9. Describe your organization’s infrastructure for corporate oversight and support and management/corporate services. 10. Describe your organization’s experience conducting outreach and admissions services to attract participants to a program similar to Job Corps, screen for eligibility, and arrange for admission placement in the program. 11. Describe your organization’s experience conducting career transition services for program participants including job placement and other supportive services. All interested parties are invited to submit a written package entitled "Statement of Qualifications/Capabilities” by the closing date indicated below for receipt of responses. The Statement must indicate your organization’s 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 submittal shall not exceed a total of 11 pages. 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 1630J6-18-N-00002 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 March 16, 2018, at 4:30 p.m. (Pacific Standard Time). Send your responses to the following email address: chang.chin-jen@dol.gov. THE SUBJECT LINE OF YOUR EMAIL MUST STATE: “Response to Sources Sought Notice 1630J6-18-N-00002.” No questions in connection with this notice will be accepted. Only submit responses to the Qualifications and Capabilities requirements provided above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/1630J6-18-N-00002/listing.html)
 
Place of Performance
Address: 1325 Iris Avenue, Imperial Beach, California, 91932, United States
Zip Code: 91932
 
Record
SN04840584-W 20180304/180302230906-085bb9627cbdfe4a55b7d721063223d1 (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.