Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2006 FBO #1515
SOLICITATION NOTICE

S -- Rock Creek I Gate Attendant Service, Perry Project Office, Perry, KS

Notice Date
1/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-06-R-0012
 
Response Due
1/27/2006
 
Archive Date
3/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor must be CCR and ORCA certified. This is only a small portion of the PWS due to space. Please look at the full document in FEDBIZOPPS or contact me for help. PERFORMANCE WORK STATEMENT PARK ATTENDANT l, ROCK CREEK PARK C.1 General Information C.1.1 Background: Perry Lake is typical of northern Kansas, which consists of rolling uplands, eroded valleys of varying widths and meandering streams. The valley along the Delaware River is formed by irregular hills with slopes ranging from fairly gentl e to steep. The steep slopes are usually covered in native woodlands. Gentle slopes prevail in the upper valley of the main river and along tributary arms and are generally tillable. A very noticeable quality of Perry Lake is its diverse habitats and environment. Traveling through one park may evoke impressions of the Missouri Ozarks while moments later; another area will possess characteristics of a prairie environment found in centra l Kansas. The rolling geography and wooded roadside provide scenic drives through some of the park areas. Most of the shorelines are enshrouded with woodlands and shrubs that partially obscure scenic views of the lake. The Kansas River basin has a drainage area of approximately 1117 square miles of total area above the dam. There are 39,338.47 acres of fee land and 3,449.24 acres of flowage easement, with 1,187.58 in Atchison County and 2,261.66 acres in Jefferson County for a total acquisition of 42,787.71 acres. The lake has 11,631 acres of surface area and 159 miles of shoreline at multipurpose pool. The Corps of Engineers has primary responsibility for the lake operations, wildlife management, Federal Parks, lands outside public areas, shoreline management and numerous other aspects of management of Perry Lake. The Corps of Engineers also provides som e assistance, whenever feasible, with the hunting, fisheries management and enforcement of safe boating regulations. Perry Dam is located 3 miles north of Perry, Kansas in Jefferson County and at mile 5.3 of the Delaware River in the northeast portion of the state. It is situated within 50 miles of one-third of the states population. Three of the states four metropolit an areas are in close proximity to the lake: Topeka, Kansas City, and Lawrence. Due to the lakes proximity to these population areas, the lake will continue to receive high use. C.1.2 Scope of Work: The Contractor shall provide labor, material, and equipment as specified to perform park attendant duties at the Rock Creek Park as described in this Performance Work Statement (PWS) and elsewhere in the contract. The Contractor shall perform the specific tasks listed in Section C-5. Acceptable performance standards and current regulations are provided for each task. C.1.3 Period of Performance: The contract shall begin April 15 or date of award and continue through 15 October. The contractor must reside at the work site during the period of performance, and must remove all personal property from the site within 14 d ays after checkout. Park attendant campsites are for use by one camping unit only. C.1.3.1 Flood Control: Occasional retention of floodwaters may inundate portions of the public use areas, other areas, or access roads thereto, being serviced by this contract/purchase order. In the event that inundation materially affects the performanc e of work, the contractor will be requested to submit a pricing proposal covering the unserviceable or affected portion of his/her work in order that an equitable adjustment to contract can be negotiated. Payment for services not performed as a result of conditions stated above would be initially withheld until execution of an equitable adjustment can be made by contract modification. C1.4 Required Insurance Bonding Requirements: The contractor shall obtain and maintain the proper insurance during the period of performance under this contract in accordance with Federal, State and Local law. Proof of insurance and Insurance Bonding Requirements shall be provided to the Contracting Officers Representative three weeks prior to commencement of duties. The contractor shall furnish a $7,500.00 surety bond. The bond will be used to recover funds collected by the contractor, but not properly received by the Finance and Accounting Officer. The bond shall be in the form of a firm, original, and irrevocable commitment and may include sureties, cashiers check, or irrevocable letter of credit. C.1.5 Post Award Conference & Training: The contractor shall attend the post-award conference and computer/credit card training sessions held at the Perry Project Office. The meetings will be used to discuss and develop an understanding of all contract r equirements and to train on the use of reservation computers. The contractor will attend a five-day computer training session on the National Recreation Reservation Service. The Government will give written notification of the scheduled dates for the pr e-award conference and the computer training. C.1.6 Quality Control: The Contractor shall develop a Quality Control Plan designed to demonstrate how the Contractor will meet the needs of the project. The Quality Control Plan shall document how the Contractor will identify and correct performance short falls. Complete records of all inspection work performed by the contractor must be maintained and made available to the government during contract performance. C.1.7 QUALITY ASSURANCE: C.1.7.1 Performance Assessment Plan: A Performance Assessment Plan (PAP) will be used during the life of the contract to ensure that the Service Provider is performing the services required by the PWS in an acceptable manner. The Government develops the P AP and the Project Office administers the Plan through Quality Assurance Evaluators (QAE)s. C.1.7.2 The Government will monitor the Contractors performance under this contract using quality assurance procedures developed by the Government. Typical procedures might include random sampling, checklists and customer complaints. This should not be considered an exhaustive list. A primary objective of Government Quality Assurance will be to determine the effectiveness of the Contractors quality control system. C.1.7.3 The government reserves the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The government will perform inspections and tests in a manner that wi ll not unduly delay the work. C.1.7.4 If any of the services do not conform to contract requirements, the government will request the contractor to perform the services again, where appropriate, in conformity with contract requirements, at no increase in contract amount. When the defe cts in services cannot be corrected by re-performance, the government may (1) require the contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. C.1.7.5 If the contractor fails to promptly re-perform the services or to take the necessary action to ensure future performance in conformity with contract requirements, the government may by contract, or otherwise: (1) perform the services and charge to the Contractor any cost incurred by the government that is directly related to the performance of such service or (2) terminate the contract in whole or in part. C.1.7.6 PAYMENT WILL NOT BE MADE FOR WORK NOT PERFORMED. C.1.7.7 Payment will be made, monthly, by the Disbursing Officer, U.S. Army Corps of Engineers Finance Center, Millington, Tenn., in accordance with the Prompt Payment Act (Public Law 100-496). Under the terms of this contract, invoices are to be submitte d monthly to the U.S. Army Corps of Engineers, Perry Lake Project Office, 10419 Perry Park Drive, Perry, Kansas 66073. C.1. 8 Personnel: C.1.8.1 The contractor shall exercise tact, diplomacy, and courtesy and present a neat appearance when dealing with the public. All Contractor personnel shall be fully clothed, at all times, while performing these services. A government-furnished nametag must be worn while on duty. The Contractor shall not display or offer for sale on Government property personal property items, crafts, or like items. C.1.8.2 The contractor must hold all lost and found articles at the fee booth for a period of two weeks. Any article unclaimed after the two-week period must be turned over to project personnel. C.1.8.3 The contractor must not consume any alcohol or drugs (except prescription drugs) during duty hours or when meeting the public. C.1.8.4 The contractor will carry no firearms in public use areas. C.1.8.5 The contractor shall be responsible for receiving his/her mail and/or packages at a destination other than the Project Office. C.1.9 Other Contractors: The Government may undertake or award other contracts for additional work, and the Contractor shall fully cooperate with such other contractors and Government employees. All work shall be carefully planned and fitted not to interf ere with such other work. The Contractor shall not commit or permit any act that will interfere with the performance of work by other contractors or by Government employees. The Park Attendant services are shared between two contracting parties, during dif ferent time shifts. C.1.10 Safety: The contractor shall immediately report any situation that could affect the health or safety of visitors to a park ranger, including maintenance needs, utility problems, accidents, or violations of laws and regulations. C.1.10.1 The contractor shall report all disturbances that cannot be diplomatically resolved to a park ranger. The contractor will be given an after-hours phone number (at the post award conference) for use by him/her and staff only. C.1.10.2 The contractor must notify the CO/COR of any required prescription drugs which might affect the contractor's ability to perform the requirements of this contract. C.2 Definitions and Acronyms: The following definitions and descriptions apply wherever the word, phrase, or acronym is used in this performance work statement. Contracting Officer (CO): The person executing this contract on behalf of the Government. Contracting Officers Representative (COR): Point of contact for all contract actions. Contractor: The company structure, including all partners, officers, and employees with interest in this contract. CDR: The Contract Deficiency Report is a written record of unsatisfactory performance by the contractor, as observed by the Inspector, issued to the Contractor when the number of deficiencies exceeds the acceptable quality level. Defect: A service output that does not meet the standard of performance specified in the contract for that service. NRRS  National Recreation Reservation System Quality Control (QC): A method used by the Contractor to control the quality of goods and services provided. Quality Assurance (QA): A method used by the Government to provide some measure of control over the quality of services received. C.3 Government-Furnished Materials and Supplies: Government-Furnished materials and supplies are provided to the Contractor only for use in performing work specified in this Contract. C.3.1 The Government will provide a campsite for the Contractors trailer, and utility hookups, during the service period, consisting of water, electricity, and sewer. In addition, the campsite will include a storage building, picnic table; refuse conta iner and a small garden plot. The site will be provided free of charge for a period of 14 days prior and 14 days after the period of performance. The Contractor shall maintain these facilities in accordance with Park rules. C.3.2 Government  Furnished Prop erty - The Government will furnish to the Contractor the following identified property to be used in performing the contract. When the property is received, the Contractor must verify its quantity and condition by signing the Property Control Receipt ENG 4900-R. Damage or loss while in the Contractor's possession shall be reported in writing to the Contracting Officer or his authorized representative, within 24 hours. Item (description) Quantity (1) Permit Books As needed (2) Golden Age Passports As needed (3) Annual Day Use Permits As needed (applicable) (4) Computer, monitor, printer, cash drawer 1 each (5) Telephone 1 each (6) Credit card scanner/printer 1 each (7) Radio with antennae 1 each (8) Magnetic Signs 2 each (9) Keys 1 set C.3.3 Government  Furnished Consumable Items - The following consumable items, will be furnished to the Contractor by the Government. The Government will retain control of expendables, to be dispensed on an as-needed basis for use in performance of the Contract. (1) trash and recycling bags (2) maps (3) brochures (4) baseball caps and name tags (5) computer paper (6) authorized forms C.4 Contractor-Furnished Equipment and Supplies: The contractor shall furnish all equipment and supplies not identified in section C.3 of this PWS as Government-Furnished supplies and equipment. Specifically, the Contractor shall furnish: C.4.1. A mobile travel trailer, motor home or approved equal, containing sanitary facilities and all equipment necessary for habitation. Tents or pop-up style type campers are not permitted. If self-propelled units are used, they must remain on jacks or be blocked up for the duration of the contract and not be used for transportation. C.4.2. A vehicle, other than the one in C.4.1 above, will be used for local transportation to perform the requirements of this contract. All vehicles will comply with all local, state and federal laws and be operated on roadways at all times. C.4.3 Installation of telephone service and/or cellular service at the government provided campsite will be required. C.4.4. Office supplies necessary to perform the requirements of this contract (pens, pencils, markers, rubber bands, stapler, staples, etc.) C.4.5 Cleaning equipment and supplies for the fee booth. C.4.6 Lawn mower and fuel. C.5 Specific Tasks: The Contractor shall perform park attendant duties 5-days per week, including weekends and Federal holidays at the Rock Creek Park as described in this section and elsewhere in the contract. The Contractors staff shall consist of at le ast two adults. The contractor will be granted and shall observe two designated days off each week. The contractor shall not leave the park until the time the booth is scheduled to close the night before the first scheduled day off and shall return be fore 3:00 p.m. of the next scheduled workday. If the contractor needs to be absent from the park any other time the COR shall be notified as soon as possible. The contractor shall retain a qualified substitute park attendant to cover such absences. The substitute shall be approved by the COR. C.5.1 National Recreation Reservation System (NRRS) The contractor shall perform specific daily duties to implement the National Recreation Reservation System (NRRS), according to established procedures (that will be taught during pre-performance training. Duties include, but are not limited to, maintainin g current records, posting reserved sites, checking site availability, processing camper registrations, accepting shelter reservations, and receiving daily arrival reports. The contractor shall take reservations at the fee booth for walk-up customers. Co ntractors shall not accept phone reservations, unless authorized by the COR. " Check Site Availability " Post Reserved sites " Sh elter reservations " Process camper registration " Receive daily arrival reports " Maintain records C.5.2 Fee Booth Operations: The contractor shall staff the fee booth during booth hours designated below. A minimum of two people shall work the booth during high registration periods (e.g.  Fri. and Sat. nights) to avoid long waits for visitors. If the contractor needs to be absent from the park anytime other than the exceptions listed in paragraph C.5 (above), the COR must be notified as soon as possible. The contractor shall maintain a cooperative working relationship with the second Park Attendant, w ho will also be occupying the fee booth. The contractor shall keep an open telephone/radio line of communication while on duty. During booth hours, the Corps-furnished radio (see Section C.3 Government Furnished Property) shall be turned on with the volu me up so messages can be transmitted and received. Radio problems shall be reported immediately. C.5.2.1 Schedule: The following schedule is subject to change with one (1) weeks advance notice. The fee booth shall be open and occupied during the following hours: SCHEDULE FOR 2006 16 APRIL THROUGH 30 APRIL 2006 Regular Schedule Sunday: 8 a.m.  9 a.m. and 12 p.m.  6 p.m. Monday: DAY OFF Tuesday: DAY OFF Wednesday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. Thursday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. Friday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. Saturday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. SCHEDULE FOR 2006 01 MAY THROUGH 30 SEPTEMBER 2006 Regular Schedule For the week of Memorial Day Sunday: 8 a.m.  1 p.m. 25 Thursday: 8 a.m.  4 p.m. Monday: DAY OFF 26 Friday: 8 a.m.  4 p.m. Tuesday: DAY OFF 27 Saturday: 8 a.m.  4 p.m. Wednesday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. 28 Sunday: 8 a.m.  4 p.m. Thursday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. 29 Monday: 8 a.m.  2 p.m. Friday: 8 a.m.  3 p.m. Saturday: 8 a.m.  3 p.m. For the week of 4th of July For the week of Labor Day 30 Friday: 8 a.m.  4 p.m. 31 Thursday: 8 a.m.  4 p.m. 01 Saturday: 8 a.m.  4 p.m. 01 Friday: 8 a.m.  4 p.m. 02 Sunday: 8 a.m.  4 p.m. 02 Saturday: 8 a.m.  4 p.m. 03 Monday: 8 a.m.  4 p.m. 03 Sunday: 8 a.m.  4 p.m. 04 Tuesday: 8 a.m.  2 p.m. 04 Monday: 8 a.m.  2 p.m. SCHEDULE FOR 2006 01 OCTOBER THROUGH 15 OCTOBER 2006 Regular Schedule Sunday: 8 a.m.  9 a.m. and 12 p.m.  6 p.m. Monday: DAY OFF Tuesday: DAY OFF Wednesday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. Thursday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. Friday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. Saturday: 8 a.m.  9 a.m. and 2 p.m.  8 p.m. 15 October 2006 Park Closes for the Winter at 6 p.m.
 
Place of Performance
Address: US Army Engineer District, Kansas City, Perry Project Office 10419 Perry Park Drive Perry KS
Zip Code: 66073
Country: US
 
Record
SN00967630-W 20060119/060117220822 (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.