Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOURCES SOUGHT

U -- Auto Body/Collision Repair Tech Certification Progam - DTH

Notice Date
5/5/2021 8:13:50 AM
 
Notice Type
Sources Sought
 
NAICS
611210 — Junior Colleges
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B40221Q00000007
 
Response Due
6/2/2021 1:00:00 PM
 
Archive Date
10/12/2021
 
Point of Contact
LaShundra D. Thomas, Phone: 9723524529
 
E-Mail Address
ldthomas@bop.gov
(ldthomas@bop.gov)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are not available at this time. This notice does not constitute a commitment by the Government. The Bureau of Prisons has a future requirement for an Auto Body/Collison Repair Technician Certification Program located at Federal Prison Camp (FPC), Duluth, Minnesota. �The NAICS Code is 611210. �The Contractor shall provide services at Federal Prison Camp, FPC Duluth, 4464 Ralston Drive, Duluth, MN 55811.� A session is defined as one hour.� Academic instruction will generally be performed Monday through Friday from 9:00 A.M. through 2:00 P.M., except for Federal Holidays. These hours may be adjusted by mutual agreement of both parties. Due to the nature of the correctional setting, delays in performance of work may be experienced. Such delays may include but are not limited to inclement weather, electrical or mechanical problems, or others security matters. It is anticipated that the certificate program would be completed for each student class in a period of one year consisting of two semesters.� The estimated amount of students will be nine (9) per class.� The contractor shall not be a self-employed individual or individual employed by a post-secondary institution. The contract must be between FPC Duluth and awarded post-secondary institution, vocational training school, or industry-based school.� The occupational education program must fall under the provider's umbrella of accreditation and lead to transferable credits resulting in an industry-accepted college certification. Providers must be accredited by a recognized accrediting agency. If required for employment, certification tests from outside organizations may be administered to individual inmates upon completion of a specific occupational education program. However, the individual skill competency certification will not replace the training program's overall accreditation.� The occupational education program must lead to an industry-accepted college certification qualifying inmates for at least an entry-level position of employment. Credits earned from the college certificate must be transferable to a four-year college, or four-year degree programs. Programs in liberal arts/general studies are not authorized, although limited and specific courses of a liberal arts/general studies nature may be permitted if directly related to preparation for a specific occupation or vocation.� This will be an estimated total of 7,740 sessions per year (860 sessions * 9 inmates = 7,740) for each program.� Occupational training instruction will be performed in classrooms at the contractor's facility. The contractor's facilities shall be no further than 20 miles from FPC Duluth (4464 Ralston Drive, Duluth, MN 55811 in order to be considered for contract award. ��Please see further details in the attached Statement of Work.� The base period of performance will be from October 1, 2021 to September 30, 2022 with 4 (four) 12-month option years in consecutive order, if exercised, at the Government�s unilateral right with a 6 month option period.� A Government solicitation document to provide these services is being developed, and a contract may or may not result. �Market research is being conducted to determine interest and capability of potential sources for this requirement. �All information submitted in response to this announcement is voluntary the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Market Survey Questionnaire will be available on or about May 5, 2021, and will be distributed solely through beta SAMs website (www.beta.SAM.gov) .� All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. �Faith-Based and Community-Based Organizations can submit offers/quotes equally with other organizations for contracts for which they are eligible. The response date for the market survey is June 2, 2021. �No collect calls will be accepted. �No telephone request or written requests for the market survey will be accepted. �All responses to the Market Survey Questionnaire must be submitted via email to ldthomas@bop.gov. �If you have any questions, please send all correspondence to the aforementioned email.� Please note: All contractors doing business with the Federal Government must be registered in the System For Award Management (SAM) database. The website for registration is https://www.sam.gov/portal/SAM/#1.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/44fb60219c3a47179355afbe17b3266d/view)
 
Place of Performance
Address: Duluth, MN 55811, USA
Zip Code: 55811
Country: USA
 
Record
SN05993061-F 20210507/210505230119 (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.