Detroit Job Corps Center with OACTS
ID: 1605JW-24-R-00009Type: Solicitation
Overview

Buyer

LABOR, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENTDOL - JCAS WEST PROCUREMENTWASHINGTON, DC, 20210, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Labor is seeking qualified contractors to operate the Detroit Job Corps Center, located at 11801 Woodrow Wilson Street, Detroit, MI. The contractor will be responsible for providing academic, career technical, and career development training, as well as related support services for a planned enrollment of 298 students, including both residential and nonresidential participants. This initiative is crucial for enhancing job training and employment opportunities for disadvantaged youth, aligning with the Workforce Innovation and Opportunity Act. Proposals are due by May 5, 2025, at 2:00 PM EDT, with the contract period set from August 1, 2025, to August 31, 2030. Interested parties can contact Laurence A. Clunie at Clunie.Laurence.A@dol.gov or by phone at 202-693-3504 for further information.

    Files
    Title
    Posted
    The document outlines Amendment 0001 for solicitation number 1605JW-24-R-00009, related to the operation of the Detroit Job Corps Center (JCC) with Outreach/Case Management Training Services (OA/CTS). The primary purpose of this amendment is to extend the proposal submission deadline to March 31, 2025, at 2:00 PM EDT. The contract's period of performance is specified from August 1, 2025, to August 31, 2030. The amendment also details the proper acknowledgment procedures for receipt of this amendment, indicating that failure to acknowledge may lead to rejection of the offer. Furthermore, it clarifies that all prior terms and conditions remain unchanged unless explicitly altered by this amendment. The document is issued by the Job Corps Acquisition Services within the U.S. Department of Labor and is essential for ensuring a fair and transparent proposal process for potential contractors interested in the JCC operation. This amendment reflects the government's commitment to uphold procedural integrity in the procurement process.
    The document pertains to Amendment 0002 for Request for Proposal (RFP) number 1605JW-24-R-00009, issued by the U.S. Department of Labor's Job Corps Acquisition Services. This amendment extends the proposal submission deadline to April 15, 2025, at 2:00 PM EDT for the operation of the Detroit Job Corps Center (JCC) with Outreach and Admissions (OA) / Career Transition Services (CTS). The proposed period of performance for the contract spans from August 1, 2025, to August 31, 2030. It outlines specific protocols for contractors to acknowledge receipt of the amendment, emphasizing the importance of submission by the deadline to avoid rejection. The document clearly states that upon receipt of this amendment, any changes to existing offers must also be communicated properly. Identifying the authority under which this amendment is made and ensuring that all contractual terms remain in effect is a crucial aspect of the document's structure. The summary encapsulates the document's focus on procedural adherence in the federal contracting process, particularly concerning program operations tied to youth service initiatives.
    The document serves as Amendment 0003 to solicitation RFP 1605JW-24-R-00009, concerning the operation of the Detroit Job Corps Center (JCC) by the U.S. Department of Labor. The primary purpose of this amendment is to extend the proposal due date to April 25, 2025, at 2:00 PM EDT, thus allowing additional time for contractors to submit their offers. The specified period of performance for the contract begins on August 1, 2025, and concludes on August 31, 2030. Furthermore, the amendment outlines procedural changes for contractors regarding the acknowledgment of the amendment's receipt or modifications to existing offers. Emphasizing the importance of timely submission, it notes that failure to acknowledge the amendment could result in a rejection of proposals. The structure of the document includes sections for the contract identification code, the amendment details, and contractual obligations, ensuring clarity in the amendment's intent and impact on the original solicitation.
    The government file presents Solicitation Number 1605JW-24-R-00009 for the operation of the Detroit Job Corps Center, issued by the U.S. Department of Labor. This solicitation outlines the contractor’s responsibilities to provide a range of services, including academic and career training, outreach, admissions, and career transition services for a planned student capacity of 298. The document includes details about contract pricing, with specific Contract Line Item Numbers (CLINs) for different services, estimations for contract periods, and performance measures aimed at maintaining a 100% On-Board Strength (OBS). The contractor must submit a Phase-In and Phase-Out plan to ensure smooth transitions between operators without service disruptions. Key personnel requirements are specified, emphasizing qualifications needed for directors overseeing various functions. Overall, this Request for Proposals (RFP) serves to secure qualified contractors to enhance job training and employment opportunities for disadvantaged youth, aligning with regulations under the Workforce Innovation and Opportunity Act.
    This document serves as Amendment 0004 to solicitation number 1605JW-24-R-00009, which pertains to the operation of the Detroit Job Corps Center (JCC). The primary purpose of this amendment is to extend the proposal submission deadline to May 5, 2025, at 2:00 PM EDT. The period of performance for the contract is designated from August 1, 2025, to August 31, 2030. Offerors are required to acknowledge receipt of this amendment effectively to avoid the rejection of their proposals. Various methods are provided for this acknowledgment, including completing the acknowledgment on each copy of the offer or sending a separate letter or telegram. The document outlines administrative procedures for modifying contracts and stresses that terms remain in full force unless altered by this amendment. It emphasizes the importance of timely submissions and adherence to specified guidelines for contract acknowledgment. The amendment highlights the federal government's commitment to ensuring clear communication and adherence to deadlines within its contracting process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Detroit Lead Service Lines Removal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Detroit District, is conducting a Sources Sought notice to identify qualified contractors for the removal of lead service lines in Detroit, Michigan. The project focuses on the removal of corporation stops and portions of lead service lines at approximately 1,200 confirmed locations within public right-of-way areas, with the aim of addressing public health concerns related to lead contamination. This market research will inform the procurement method, potentially allowing for small business set-asides or full and open competition. Interested contractors are encouraged to respond by submitting the attached Sources Sought Survey to the designated contacts by 2:00 PM EST on December 23, 2025, with no costs incurred for participation. For further inquiries, contact Marna Rockwell at marna.l.rockwell@usace.army.mil or Kari Tauriainen at kari.tauriainen@usace.army.mil.
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the potential use of Project Labor Agreements (PLAs) for the 9 Mile Pump Station project in St. Clair Shores, Michigan. The objective is to gather comments from the construction community regarding the feasibility of PLAs and to assess the local labor market's recent construction history, as the project involves constructing a high-capacity stormwater pump station with an estimated cost between $25 million and $50 million. PLAs are significant for large-scale federal construction projects, as they establish employment terms and conditions, promoting efficiency in procurement. Interested parties should direct their comments and inquiries to Michelle Barr or Lisa May via email, with the anticipated solicitation expected in summer 2026 and a project duration of over 18 months.
    RFP 693JF726R000002
    Transportation, Department Of
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    S222--Hazardous Waste Treatment & Disposal - Detroit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for Hazardous Waste Treatment and Disposal services at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement involves comprehensive waste management, including the characterization, packaging, transportation, and disposal of various hazardous and non-hazardous waste streams, adhering to federal and state regulations. This contract is crucial for maintaining compliance with environmental standards and ensuring the safe disposal of waste generated by the medical facility. Interested parties must submit their proposals by December 18, 2025, at 12:00 PM NOON, with a guaranteed minimum contract value of $40,000 and a maximum total value of $400,000, including options. For further inquiries, contact Morgan Stein at Morgan.Stein@va.gov.
    Jackson Public School University Residential STEM (Health Career Fields) Camp for USACC
    Dept Of Defense
    The Department of Defense, through the Mission Installation Contracting Command-Ft Knox, is seeking a sole-source vendor for the Jackson Public School University Residential STEM Camp focused on health career fields for JROTC Cadets. The contract, valued at $85,532.00, aims to provide residential STEM training, including lodging, facilities, and meals for approximately 120 cadets over two cycles in June 2023, with William Carey University identified as the sole-source provider due to its unique capabilities in meeting specific training and safety requirements. This initiative is crucial for delivering essential STEM education to cadets, ensuring they receive quality training that has been successfully provided by WCU for over four years. Interested parties can reach out to Brittney Morrison at brittney.d.morrison.civ@army.mil for further information.
    FY25 Bollles Harbor and Monroe Harbor Maintenance Dredging (MD) and Confined Disposal Facility (CDF) Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the FY25 Bolles Harbor and Monroe Harbor Maintenance Dredging and Confined Disposal Facility (CDF) Maintenance project in Monroe County, Michigan. The project involves mobilizing dredging operations at both harbors, performing maintenance on the CDF, and demobilizing upon completion, with specific dredging depths and methods outlined for each harbor. This opportunity is crucial for maintaining navigable waterways and environmental compliance, and interested contractors are encouraged to respond to the Sources Sought notice by submitting a completed questionnaire to Contract Specialist Noah Bruck and Contracting Officer MAJ Matthew McDuffie by 2:00 PM Eastern Time on December 30, 2025. The anticipated completion date for the work is December 2026, with a potential solicitation expected in the second quarter of FY 26.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    FY25 Ludington & Pentwater Maintenance Dredging (MD)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is seeking contractors for the FY25 Ludington & Pentwater Maintenance Dredging project in Michigan. The project involves mobilizing to Ludington Harbor and Pentwater Harbor to dredge specified areas and place dredged materials at designated sites, with potential re-mobilization in 2027 for additional dredging. This maintenance dredging is crucial for ensuring navigability and safety in these harbors. The government plans to issue a Firm-Fixed Price (FFP) Construction Contract, with the solicitation expected to be posted in December 2025 or January 2026 and proposals due by February or March 2026. Interested contractors must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) prior to the proposal due date, and can contact Noah Bruck or Kari Tauriainen for further information.
    J&A HUBZone Sole Source - Fire Suppression System Repairs at Brunswick Job Corps Center
    Labor, Department Of
    The Department of Labor is seeking a qualified contractor for a HUBZone sole source award to perform fire suppression system repairs at the Brunswick Job Corps Center in Brunswick, Georgia. This procurement, identified by Contract Number 1605AE-23-C-0004, is authorized under FAR 6.305-5(b)(5) and the HUBZone Act of 1997, emphasizing the importance of supporting small businesses in designated HUBZone areas. The repairs are critical for maintaining safety and compliance within the educational facility, ensuring a secure environment for its occupants. Interested parties can reach out to primary contact Martrelle A. PyattHarvin at PyattHarvin.Martrelle@dol.gov or by phone at 202-693-0149 for further details.