Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2013 FBO #4397
SOURCES SOUGHT

M -- Operation of the Springdale Job Corps Center

Notice Date
12/6/2013
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Labor, Employment Training Administration, Job Corps San Francisco Region, 90 7th Street, Room 12-300, San Francisco, California, 94103
 
ZIP Code
94103
 
Solicitation Number
DOLJ14SA00002
 
Point of Contact
Sheryl Algee, Phone: (415) 625-2385, John Chang, Phone: 415-625-2384
 
E-Mail Address
Algee.Sheryl@dol.gov, chang.chin-jen@dol.gov
(Algee.Sheryl@dol.gov, chang.chin-jen@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Request for Information (RFI) Number DOLJ14SA00002. 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 Springdale Job Corps Center. 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 and satellite site for Partners in Vocational Opportunity Training (PIVOT) at the Springdale Job Corps Center located at 31224 E. Historic Columbia River Highway. Troutdale, OR 97060. 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://jobcorps.dol.gov. 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 Springdale Job Corps Center is 86 residential and 83 non-residential students. The center is located in the city of Troutdale, Multnomah County, State of Oregon. The property consists of approximately 52 acres of land with improvements. The entire center consists of 18 buildings which include a two story female/male Dormitory, Education Building, several Vocational Buildings, Food Services, Recreation, Gymnasium, Administration Building, Medical Dental Building and several Storage/Support Buildings. There is also a satellite site for Partners in Vocational Opportunity Training (PIVOT). This program is currently located at 2701 NW Vaughn St., Suite 151, Portland, OR 97210. 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 website, SAM.gov. 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 10 REQUIREMENTS LISTED BELOW. Statement of Qualifications / Capabilities Statement 1. Describe your organizational experience 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 facility and property management. 5. Describe your organizational experience providing residential management, residential supervision, and meals. 6. Describe your organizational experience operating 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. In addition, when providing information on company's line of credit, please provide documentation to show the amount available in the line of credit. 9. Describe your organization's infrastructure for corporate oversight and support and management/corporate services. 10. 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: 1. Response to RFI Number DOL14SA00002 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 December 17, 2013, at 12:00 p.m., Pacific Standard Time. Send your responses to Sheryl Algee at the following email address: algee.sheryl@dol.gov. PLEASE NOTE: THE SUBJECT LINE OF YOUR EMAIL MUST STATE: "Response to Sources Sought Notice DOL14SA00002." 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. Primary Point of Contact: Sheryl Algee Contracting Officer US Department of Labor Employment and Training Administration Office of Contracts Management Division of Job Corps Procurement 90 Seventh Street, Suite No. 18-300 San Francisco, CA 94103
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/SanFranciscoCA/DOLJ14SA00002/listing.html)
 
Place of Performance
Address: 31224 E. Historic Columbia River Highway, Troutdale, Oregon, 97060, United States
Zip Code: 97060
 
Record
SN03247228-W 20131208/131206234047-6796d23a8044f01c6ee1b7d1dbf6c4b5 (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.