Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2018 FBO #6001
SOURCES SOUGHT

M -- Woodstock Job Corp Center

Notice Date
4/27/2018
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Labor, Employment Training Administration, Job Corps Philadelphia Region, The Curtis Center, Suite 815, 170 South Independence Mall West, Philadelphia, Pennsylvania, 19106-3315
 
ZIP Code
19106-3315
 
Solicitation Number
1630J2-18-R-00006
 
Archive Date
5/11/2018
 
Point of Contact
Nathan A. Quinn, , Hope Edge,
 
E-Mail Address
Quinn.Nathan.A@dol.gov, edge.hope@dol.gov
(Quinn.Nathan.A@dol.gov, edge.hope@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Request for Information (RFI) Number 1630J2-18-R-00006. 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 Woodstock Job Corps Center. The NAICS Code is 611519, with a size standard of $38.5M. The procurement will involve the operation and management of a residential education, training and employment program at Woodstock Job Corps center located in Woodstock, MD. 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. Please note that beginning July 1, 2015, contractors will be expected to provide all material, services, and necessary personnel to operate this JCC as set forth Workforce Innovation and Opportunity Act (WIOA) of 2014. WIOA supersedes the Workforce Investment Act of 1998 and authorizes the Job Corps. Contractors are also required to comply with the Job Corps Policy and Requirements Handbook (PRH). The PRH is available at https://eprh.jobcorps.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 8.Career Transition Services The on-board strength (OBS) for the Woodstock Job Corps Center is 366 residential and 62 non-residential students. The center is located at 10900 Old Ct Rd, Woodstock, MD 21163. 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 14 REQUIREMENTS LISTED BELOW. Capabilities Requirements CENTER 1.Describe your organizational experience in operating a large scale residential job training program similar in size and scope to the Woodstock Job Corps center. Demonstrated experience should encompass key aspects of operating a similar program to include: providing food services; medical, dental, and mental health care; facility and property management including facility maintenance and repairs; providing residential management and supervision of at risk youth; recreational programming; student transportation; oversight and purchase of Government owned property; managing GSA fleet vehicles; and protecting Personally Identifiable Information (PII). 2.Describe the strong fiscal controls your organization has in place to ensure proper accounting of federal funds, and a description of how your organization will meet the requirements of FAR Section 159(a). Section 159(a) requires contractors to maintain a financial management information system that will provide accurate, complete, and current disclosures of the costs of Job Corps operations; and sufficient data for the effective evaluation of activities carried out through the Job Corps program. In addition, FAR Section 159(a) requires each operator to maintain funds received in accounts in a manner that ensures timely and accurate reporting as required by the Secretary of Labor. Section 159(a) also requires that center operators remain fiscally responsible and control costs, regardless of whether the funds made available for Job Corps centers are incrementally increased or decreased between fiscal years. 3.Describe your ability to comply with all health and safety standards in the residential, food preparation area and dining hall to remediate impediments in these areas. 4.Describe your organizational experience in procuring, managing and executing multiple major facilities repairs/improvements in excess of 600 thousand dollars in a timely manner. Add any experience with timeworn and/or historic buildings and aging infrastructure. 5.Describe your organizational experience with the management and administration of academic and skill training programs that are accredited and state recognized including high school or general equivalency diplomas. 6.Describe your organization's experience in monitoring hands on student training projects to ensure they are completed timely and accurately. 7.Describe your organizational experience with implementing effective behavioral management programs and implementation of Zero Tolerance (ZT) policies that support student retention. 8.Describe your organization's infrastructure for corporate oversight and support with respect to multiple operations on the center to include career training, academic instruction, career preparation, work-based learning and transition services, and job placement. 9.Describe your organization's financial management experience of a Firm-Fixed Price (FFP) type contract, and demonstrate your organization's ability to access financial resources sufficient to satisfy requirements of operating a CTS operation for the first 60 days of operation or the ability to obtain them prior to award. CTS 1.Describe your organizational experience in providing career planning and placement services for at risk youth to include program graduates and former enrollees (those who may not have successfully completed). Experience should include: assessments, counseling, resume development and interviewing techniques; transition support with housing, childcare and transportation during the specified service window; job development and referral services; and follow up placement services. 2.Describe your organization's demonstrated record of finding and establishing employment and post-secondary education opportunities for at-risk youth that aligns with a specific career pathway. 3.Describe your organization's experience in collaborating with training provider(s) to identify trade-specific employers to hire center graduates into meaningful careers related to the training completed. 4.Describe your organization's experience in identifying industry specific employers and apprenticeship opportunities for graduates. Describe your experience in collaborating with the local American Job Centers. 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 15 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 1630J2-18-R-00006 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 May,04 2018 at 4:00 PM, Eastern Standard Time. Send your responses to Hope Edge at the following email address, Edge.Hope@dol.gov. PLEASE NOTE: THE SUBJECT LINE OF YOUR EMAIL MUST STATE: "Response to Sources Sought Notice 1630J2-18-R-00006." No questions in connection with this notice will be accepted. Only submit responses to the Qualifications and Capabilities requirements provided above. Primary Point of Contact Nathan Quinn Contracting Officer US Department of Labor Employment and Training Administration Office of Contracts Management, Division of Job Corps Procurement 170 S Independence Mall W Philadelphia, PA 19106
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/PhiladelphiaPA/1630J2-18-R-00006/listing.html)
 
Place of Performance
Address: 10900 Old Ct Rd, Woodstock, Maryland, 21163, United States
Zip Code: 21163
 
Record
SN04903988-W 20180429/180427230516-79fdab335c21169885eef13971b336fe (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.