SOURCES SOUGHT
R -- Federal Bonding Program
- Notice Date
- 3/16/2010
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Labor, Employment Training Administration, Division of Contract Services, 200 Constitution Avenue, NW, Room N-4655, Washington, District of Columbia, 20210
- ZIP Code
- 20210
- Solicitation Number
- DOL101R120246
- Archive Date
- 4/7/2010
- Point of Contact
- Vera R Montague, Phone: (202) 693-3318, Jillian L Matz, Phone: 202-693-3315
- E-Mail Address
-
montague.vera@dol.gov, matz.jillian@dol.gov
(montague.vera@dol.gov, matz.jillian@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Labor is seeking qualified contractors for implementing and administering a program of fidelity bonding coverage so that people possessing certain barriers to employment may gain and retain employment. ETA is conducting market research to identify firms that qualify under the Small Business Programs mentioned in Federal Acquisition Regulation Subpart 19. When submitting your response, please indicate under which programs you meet the criteria. The NAICS Code is 541611, and the Small Business Standard is $7 million. The contractor will be responsible for obtaining the implementation and administration of a program of fidelity bonding coverage so that people possessing certain handicaps in the job market may gain and retain employment. This bonding program will serve as a job development mechanism so that no one will be denied employment solely because of their inability to obtain a fidelity bond. As a job development mechanism, FBP is an integral part of the overall Workforce Investment Act (WIA) strategy to provide training and employment services to all that are in need of such services in order to obtain a job. The contractor will provide fidelity bonding coverage to ex-offenders and certain others with high-risk backgrounds whose nomination has been forwarded by an authorized sponsor except that the contractor may refuse to cover a nominee who while previously bonded under this program, has been the cause of a paid loss. Bonding coverage shall be provided in units - a unit being $500 - and, in multiples thereof, up to a maximum of $25,000. The contractor will accept, or otherwise arrange for standard coverage, a bondee who will have been covered for a minimum of 6 consecutive months under the FBP without default, paid or pending, if continued coverage remains a condition of employment. The contractor will administer a program of bond purchase whereby States, localities and other entities (such as correctional agencies) will be made aware of the availability of Fidelity Bonds and can acquire bonds that will provide fidelity bonding coverage in the same manner as those bonds furnished through Federal financing. The contractor will provide such special services as may be required from time to time for the implementation of the program. This will include attendance at meetings, development and presentation of training sessions, and provision of technical assistance on an as-requested basis. Specifically, this will also entail developing and maintaining a marketing strategy to support the program of bond purchase; this will include a professionally designed information brochure. The contractor will continuously maintain an adequate supply of the brochures and will supply the Government with the mechanism for reproducing such brochures. The contractor will be required to cooperate fully with any contractor engaged by the Department of Labor to conduct an evaluation of FBP. All contractors responding to this announcement must explain their experience in successfully doing the aforementioned work. Please be advised that the following factors will be used to gauge the capability of a firm who responds to this request for information. Therefore, a firm's capabilities statement should address: 1. Be an underwriting company or an agent/representative of one, which holds a current Treasury certificate of authority as an acceptable surety on fidelity bonds, and is licensed to operate in the 50 states, the District of Columbia, and U.S. Territories and possessions; and 2. Be able to furnish individual fidelity bonds at a minimum of $500 and, in $500 multiples, up to $25,000 on a non-exclusionary basis to persons not normally eligible for such coverage, such as ex-offenders or individuals with poor credit records. All interested parties are invited to submit a capabilities statement, to Ms. Vera Montague, Contract Specialist, Division of Contract Services, 200 Constitution Avenue, NW, Room N4655, Washington, DC 20210. Responses are due March 23, 2010, by 2 p.m. E.S.T. Electronic copies of capability statements are preferred and may be emailed to montague.vera@dol.gov. The response must be specific to each of the factors listed above to demonstrate that the respondent is capable. The submittals shall not exceed 15 pages, TOTAL. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/WashingtonDC/DOL101R120246/listing.html)
- Record
- SN02093222-W 20100318/100316234835-350531571d2911c4e4b162facba4d12d (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 |