Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2009 FBO #2694
SOURCES SOUGHT

U -- Sources Sought Notice for Request for Information (RFI) No.DOLOJCRFI1002

Notice Date
4/10/2009
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
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
DOLOJCRFI1002
 
Archive Date
5/15/2009
 
Point of Contact
Peni Webster,,
 
E-Mail Address
webster.peni@dol.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Request for Information (RFI) No.DOLOJCRFI1002. 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. Small businesses currently operating center contracts need not respond to this RFI. The United States Department of Labor is conducting market research for upcoming procurement requirements, entitled "Operation of Outreach Admissions and Career Transition Services (OA/CTS), for the Office of the Assistant Secretary for Administration and Management (OASAM). The NAICS Code for the Operation of OA/CTS is 561990, with a size standard of $7M. A listing of procurements tentatively scheduled to be issued for these Job Corps OACTS contracts commencing June Fiscal Year 2009 through Fiscal Year 2010 is provided below. The type of contract will be cost-reimbursement, incentive fee, with 2 base years and 3 unilateral option years. Job Corps is a national residential training and employment program administered by the Department of Labor to address the multiple barriers to employment faced by disadvantaged and at-risk youth 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 Job Corps OACTS procurements will involve the management and operation of Outreach Admissions and Career Transition Services. Contractors will be expected to provide all material, services, and necessary personnel to operate 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/. For Outreach Admissions and Career Transition Services the contractor will provide: 1. Trained professional staff 2. Integration with local workforce development systems 3. Project oversight, financial and project management OA: 1. Outreach to local communities about the Job Corps Program. 2. Recruitment to eligible youth in assigned geographical areas 3. Information to eligible applicants about the Job Corps Program 4. Eligibility screening and application processing for enrollment of Job Corps 5. Enrollment, assignment and arrival of a specified number of Job Corps eligible youth to centers as assigned by the contract. CTS: 1. Career transition support resulting in placement in careers aligned with training attained in Job Corps. 2. Placement of specified number of graduates and former enrollees as defined by the PRH and contract. 3. Follow up placement services to graduates and former enrollees 4. Transition support with housing, childcare and transportation for Job Corps Graduates during the specified service window Interested Contractors responding to this Request for Information (RFI No. DOLOJCRFI1002) will be required to indicate their ability to successfully manage and operate a Job Corps center and/or OACTS contract by responding to the 3 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 and or OA/CTS 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 and/or OA/CTS contract or the ability to obtain them. 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. DOLOJCRFI1002; 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 April 30, 2009 at 12:00 p.m. Eastern Standard Time. Send your responses to Peni Webster, Office of Job Corps, at the following e-mail address: webster.peni@dol.gov. No questions pertaining to this notice will be entertained; please only submit your responses to the Qualifications and Capabilities requirements. 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. The following unrestricted OA/CTS procurements are tentatively scheduled to be issued during June FY 2009 through September 30, FY 2010: Montana & Utah OA/CTS and Missouri OA/CTS
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c365e649a68aec461e05e38f69634ac6&tab=core&_cview=1)
 
Place of Performance
Address: Nationwide Locations, 20210, United States
Zip Code: 20210
 
Record
SN01791023-W 20090412/090410221905-c365e649a68aec461e05e38f69634ac6 (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.