SOURCES SOUGHT
M -- Market Research - Operation of the Ottumwa Job Corps Center
- Notice Date
- 3/29/2010
- Notice Type
- Sources Sought
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- OASAM Office of JC Support - OASAM/JC Contracting Chicago
- ZIP Code
- 00000
- Solicitation Number
- SSDOLJ11RA00034
- Archive Date
- 5/31/2010
- Point of Contact
- Sandra Perkins, Phone: 312-353-0959, Denise Morrissey, Phone: 312-353-0957
- E-Mail Address
-
perkins.sandra@dol.gov, morrissey.denise@dol.gov
(perkins.sandra@dol.gov, morrissey.denise@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- The United States Department of Labor is conducting market research for the upcoming procurement requirements for the Ottumwa Job Corps Center, for the Office of the Assistant Secretary for Administration and Management (OASAM). The NAICS Code for Center Operations is 611519, with a size standard of $32.5M. The procurement(s) will involve the management and operation of residential training and employment programs at the Job Corps Center located in Ottumwa, Iowa. Contractors will be expected to provide all material, services, and necessary personnel to operate a Job Corps center 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/. Contractors shall provide youth 16-24 years of age with: 1. Academic, vocational, social and employment readiness skills, counseling, health services, safety, recreation and work-based learning; 2. Management of student residential facilities; 3. Residential supervision, meals, and support services; 4. Job placement assistance and transitional support services; 5. Training and professional development for staff; 6. Center oversight, financial and program management. There is the possibility of a partnership with the Indian Hills Community College located at 525 Grandview Avenue, Ottumwa, Iowa. Approximately 130 slots will be provided by off-center entities. A new facility is under construction. The OBS for the new facility will be 300 students. 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. All qualified businesses including small businesses are invited to participate. Interested Contractors responding to this Request for Information ( RFI No. SSDOLJ11RA00034 ) will be required to provide the information requested below. Statement of Qualifications/Capabilities Statement 1. Provide description of 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 contract. 2. If you have Job Corps center experience, provide On Board Strength (OBS), contract number, contract name and dates of operation. 3. Provide description of experience for the most current three years which is relevant/equivalent in content, scope and/or complexity to developing and managing a build-up plan for a new Job Corps Center, including ensuring the security of all facilities and equipment. 4. Describe your organizational experience with the coordination of occupancy schedules and training of facilities maintenance staff with construction contractor and Federal staff at both the Regional and National level for an equivalent large operation. 5. Describe your organizational property management experience and experience procuring and receiving large quantities of furniture and equipment in the amounts needed to set up and operate a new Job Corps Center or equivalent facility. 6. Does your organization have a federally approved purchasing system? Yes _____ No _____ If yes, by whom and when? 7. Describe your organizational experience with operating a Job Corps center or similar facility with 8-9 large buildings and a total floor area of more than 140,500 gross square feet. 8. Describe your organizational facility management experience. 9. Describe your organizational experience in working with a State Education System related to GED Programs. 10. Demonstrate your financial capability to operate a contract valued at $10 million dollars a year for a 90 day period, e.g. attach a letter of extension of credit from your lending agency, financial statement, etc. 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 Cover Letter must cite the following information at a minimum: 1.) Response to RFI No. SSDOLJ11RA00034 ; 2.) Company Name, Address, Contact Person Information; 3.) DUNS Number; 4.) Business Size Standard/Classification. The closing date for the receipt of responses is Monday, April 12, 2010 at 12:00 (noon) Central Daylight Time. Send your electronic responses to Sandra Perkins, at perkins.sandra@dol.gov. The government reserves the right to compete any acquisition resulting from this survey. 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. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/JCSupport/ASAJC4/SSDOLJ11RA00034/listing.html)
- Place of Performance
- Address: 15229 6th Street, Ottumwa, Iowa, 52501, United States
- Zip Code: 52501
- Zip Code: 52501
- Record
- SN02105523-W 20100331/100329235054-b9f1341d803371fd5346797f3d2ca341 (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 |