Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2020 SAM #6790
SOURCES SOUGHT

M -- Operation of Springdale Job Corps Center

Notice Date
6/30/2020 10:36:28 AM
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
DOL SAN FRAN JC REG PROC OFC CON MT SAN FRANCISCO CA 94103 USA
 
ZIP Code
94103
 
Solicitation Number
1605JW-20-N-00004
 
Response Due
7/14/2020 12:00:00 PM
 
Archive Date
07/29/2020
 
Point of Contact
Carmelo P. Nuestro, Chin-Jen Chang
 
E-Mail Address
Nuestro.Carmelo.P@dol.gov, chang.chin-jen@dol.gov
(Nuestro.Carmelo.P@dol.gov, chang.chin-jen@dol.gov)
 
Description
Sources Sought Notice for Request for Information (RFI) Number 1605JW-20-N-00004.� 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, Job Corps Acquisition Services, is conducting market research for the upcoming procurement requirement for the operation of Springdale Job Corps Center and its satellite operation, Partners in Vocational Opportunity Training (PIVOT). �The NAICS Code is 611519 with a size standard of $41.5M. It is anticipated that a firm-fixed price 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.� The Springdale Job Corps Center is located at 31224 E. Historic Columbia River Highway, Troutdale, OR 97060.� The future location for the PIVOT satellite site will be determined at a later date. Contractors will be expected to provide all material, services, and necessary personnel to operate this Job Corps center as set forth in the Workforce Innovation and Opportunity Act (WIOA) of 2014 and the Job Corps Policy and Requirements Handbook (PRH).� 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: Academic, career technical, social and employment readiness skills, counseling, health services, safety, recreation and work-based learning; Operation and management of government facilities; Residential management, supervision, meals, and support services; Job placement assistance and transitional support services; Training and professional development for staff Center operations integrated with the local workforce development systems, employers and the business community Center oversight, financial and program management The planned measure of student utilization for the center or center Onboard Strength (OBS) for the Springdale Job Corps Center and the PIVOT satellite is 139 and 60 students respectively, for a total of 199 students. All contractors doing business with the Federal Government shall be registered in beta.SAM.gov.� 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 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 10 REQUIREMENTS LISTED BELOW.� �� Statement of Qualifications / Capabilities Statement Describe your organizational experience providing food services, medical, dental, and mental health care. Describe your organizational experience managing and ensuring data integrity. 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. Describe your organizational experience with facility and property management. Describe your organizational experience providing residential management, residential supervision, and meals. Describe your organizational experience operating a program that is integrated with the local workforce development systems, employers and the business community. Describe your organizational experience operating a job training program that reflected local labor market conditions in the program�s location and aligned with the workforce investment plans of the state where the program is located. Describe your experience taking part in the local workforce investment system in the program�s locale.� Describe your organization's access to financial resources sufficient to satisfy requirements of a Job Corps center's operation for the first 60 days upon contract award or the ability to obtain them, e.g., a $3 million line of credit, evidence of a positive cash flow, etc.� In addition, when providing information on company's line of credit, please provide documentation to show the amount available in the line of credit. Describe your organization�s infrastructure for corporate oversight and support and management/corporate services.� Describe your organizational experience operating a satellite educational program separate from the main campus.� 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:� Response to RFI Number 1605JW-20-N-00004 Company Name, Address, and Company Point of Contact DUNS Number Business Size Standard/Classification and socio-economic status, if applicable NAICS code certifications The closing date for receipt of responses is July 14, 2020, at 12:00 PM (PST). Send your responses to Nuestro.Carmelo.P@dol.gov with a copy to �Chang.Chin-Jen@dol.gov. �PLEASE NOTE: THE SUBJECT LINE OF YOUR EMAIL MUST STATE: �Response to Sources Sought Notice 1605JW-20-N-00004.� 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
SAM.gov Permalink
(https://beta.sam.gov/opp/75338fc3f9c04a56a60ea0b1eefab6c3/view)
 
Place of Performance
Address: Troutdale, OR 97060-9340, USA
Zip Code: 97060-9340
Country: USA
 
Record
SN05708772-F 20200702/200630230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.