Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2012 FBO #3736
SOLICITATION NOTICE

R -- Cross Lake Fee Collection - combined synopsis/solicitation

Notice Date
2/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-12-T-0052
 
Archive Date
3/13/2012
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Christopher G. Dake, Phone: 6512905415
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil
(Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-1449 combined synopsis/solicitation SUPPLIES OR SERVICES AND PRICES/COSTS SCHEDULE The contractor shall furnish all necessary labor, fuel, transportation, and supervision for the collection of camping fees, day use fees, day use annual passes, dump station fees and picnic shelter reservation fees in addition to cleaning the entrance station at Crosslake Recreation Area in Crosslake, MN in strict accordance with the specifications. The contract will consist of one base year and two option years. The term of the basic contract shall be from 01 May 2012 through 30 April 2013. The period of onsite performance will be 01 May through 30 September each year. 0001 BASE PERIOD OF PERFORMANCE: 01 May 2012 - 30 September 2012 ITEM DESCRIPTION QUANTITY U/M AMOUNT 0001 Fee Collection/Cleaning 5 MO _________ Total for basic period of performance: __________ 0002 OPTION PERIOD OF PERFORMANCE: 01 May 2013 - 30 September 2013 ITEM DESCRIPTION QUANTITY U/M AMOUNT 1001 Fee Collection/Cleaning 5 MO _________ Total for option period of performance one: __________ 0003 OPTION PERIOD OF PERFORMANCE: 01 May 2014 - 30 September 2014 ITEM DESCRIPTION QUANTITY U/M AMOUNT 2001 Fee Collection/Cleaning 5 MO _________ Total for option period of performance two: __________ TOTAL CONTRACT COST: ___________________ Campground Attendant/Fee Collector Scope of Work Crosslake Recreation Area Crosslake, MN 56442 SECTION C - DESCRIPTION/SPECIFICATIONS C.1 General The work to be performed under this contract consists of furnishing all plant, materials, equipment, supplies, labor, transportation, supervision and performing all work as required by the SCHEDULE, Section B of the contract, in strict accordance with the specifications, all of which are made part hereof. All work materials and services not expressly called for in the specifications but are necessary for completion of the contract requirements shall be performed and furnished by the Contractor at no increase in cost to the Government. C.1.1. Summary: The St. Paul District Corps of Engineers (COE) will contract for park attendant services at the Crosslake Recreation Area at Crosslake, MN. Offers will be evaluated on price, adequate computer experience, and the ability to meet the requirements of this solicitation. (Reference Section II paragraph 4). This contract solicitation is for services for the 2012 recreation season plus two option years. C.1.2. Location: Crosslake Recreation Area is located adjacent to the town of Crosslake, MN in Crow Wing County on Cross Lake, which is part of the Whitefish Chain of Lakes. Crosslake is approximately 24 miles north of Brainerd, MN and 160 miles northwest of St. Paul, MN. C.1.3. Crosslake Recreation Area. The Crosslake Recreation Area has a campground and two day use areas. Facilities include playground areas, picnic areas, two boat ramps, two fishing piers, two beaches, horseshoe pits, a volleyball court, two reserveable picnic shelters, two comfort stations and two dump stations. The campground has a total of 118 campsites of which 74 are electrical, 44 nonelectrical and two are paved and equipped for the mobility impaired. The recreation area receives high visitation from mid-May through September. C.1.4. Periods of On Site Performance : Term of Contract Term of On Site Performance Base Year 01 May 2012 - 30 April 2013 1 May 2012 to 30 September 2012 Option year 1 01 May 2013 - 30 April 2014 1 May 2013 to 30 September 2013 Option year 2 01 May 2014 - 30 April 2015 1 May 2013 to 30 September 2014 See C.2.5 for required entrance station work hours. C.1.5. Safety : The contractor must comply with all applicable federal, state and local safety and occupational health laws, rules, and regulations and must complete all work in a safe manner in accordance with EM 385-1-1 Safety & Health Requirements Manual. An on line version can be reviewed at http://140.194.76.129/publications/eng-manuals/em385-1-1/2008_English/toc.html C-1.6. Security. The Contractor shall cooperate with Government personnel in safeguarding Government property. The Contractor shall be responsible for reporting all acts of vandalism, larceny, or pilferage to the Supervisory Ranger; insure that the entrance station doors and windows are locked each time the building is left unattended; and cooperate with all Corps of Engineer employees and other contractors in performance of their duties. C.2 REQUIREMENTS : C.2.1 Recreational Vehicle: The contractor may provide a privately owned, self-contained camping trailer or motor home and live in the campground during the period of on site performance. A camping trailer or motor home shall be approved in advance by the Supervisory Ranger and shall not exceed 40 feet in length. Pick-up campers, tents and home-built campers such as restored buses or mobile homes shall not be used. The government will provide a free campsite with water, electric and sewer hookups. The motor home or camping trailer can be parked at a campsite designated by the Government no sooner than one (1) week in advance of the first day of on site performance. The contractor shall coordinate with the Supervisory Ranger in advance to ensure sewer, water and electrical services are operational. The contractor will maintain the area where the camping trailer or motor home is parked in a clean and sanitary condition. The camping trailer or motor home shall be in good repair and be neat appearing. No fences or ornamentation shall be added to the area designated as the contractor's site. The contractor shall remove the motor home or camping trailer and all personal property from Government lands no later than three (3) days after the end of on site performance. C.2.2 Vehicle: The contractor shall provide and maintain a fully operable vehicle, which can be operated independently of the motor home, for contract related transportation. Only street-legal motorized vehicles, which are licensed, and driven by drivers possessing a valid driver's license, shall be operated on government property. The Contractor shall provide proof of vehicle insurance sufficient to meet State of Minnesota liability insurance requirements. C.2.3 Security Bond : Prior to beginning work, the contractor must furnish the Supervisory Ranger proof of a $5,000.00 security bond including a list of all employees that will perform work specified in this contract. All employees must have a valid driver's license in order to perform any contract work. C.2.4. Pre-work Orientation, Training & Qualifications: The Contractor and attendants must attend a pre-work orientation and training session with the Supervisory Ranger and site Park Rangers on May 1 st at the Crosslake Recreation Area entrance station. The purpose of the session will be to review the contract specifications and to train the contractor in the use of the computer generated Reserve America - Outdoor Recreation Management Suite (ORMS) program. ORMS is used for the collection of user fees. Each individual shall become proficient with the ORMS program. Previous Corps of Engineers campground experience is preferred and at least two years of computer experience with Microsoft Windows and Microsoft Word is required. The contractor must submit a copy of Attachment A, Contactor Questionaire for each person performing work specified in this contract to the St. Paul Contracting Office along with the price schedule. C.2.5 Entrance Station Scheduled Hours: Summer Season: Spring & Fall Season : Saturday-Thursday 9:00 am - 11:00 am 9:00 am - 11:00 am 1:00 pm - 5:00 pm 6:00 pm - 8:00 pm 6:00 pm - 9:00 pm Friday 9:00 am - 11:00 am 9:00 am - 11:00 am 1:00 pm - 9:00 pm 2:00 pm - 8:00 pm Park attendants will not be required to work from Monday at 12:00 pm through Tuesday 12:00 pm. The park staff will perform fee collection duties & cleaning during this time period. The configuration of the above hours is subject to change with one week advance notice from the Supervisory Ranger. Hours of coverage will not increase. Any absence that is approved by the Supervisory Ranger will not relieve the Contractor of the responsibilities outlined under this contract. C.2.6 Campground Tours: C.2.6.a. Summer Season A minimum of t hree (3) complete tours of the campground shall be conducted each day to locate and contact campers who have not yet registered for camping. The first tour will be completed between 8 am and 9 am. The second tour will be completed between 12 pm and 1 pm except on Mondays when a tour is not required. The third tour will be completed between 5 pm and 6 pm. A third tour of the campground is not required on Fridays. C.2.6.b Spring and Fall Season A minimum of t wo (2) complete tours of the campground shall be conducted each day to locate and contact campers who have not yet registered for camping. The first tour will be completed between 8 am and 9 am. The second tour will be completed between 5 pm and 6 pm except on Fridays. The second tour on Fridays will be completed between 1 pm and 2 pm. C.2.6.c Complete Registratio n: The Contractor shall courteously notify unregistered campers to register at the entrance station when it is open. The contractor will notify a ranger if a camper refuses to register and pay. One complete tour of the campground is approximately two miles in length. C.2.7 Season Dates: Year Spring Summer Fall 2012 May 1 - 23 May 24 - Sept 16 Sept 17 - Sept 30 2013 May 1 - 22 May 23 - Sept 15 Sept 16 - Sept 30 2014 May 1 - 21 May 22 - Sept 14 Sept 15 - Sept 30 C. 2.8. Fee Collection : Operate the computerized camping/reservation program, collect applicable fees, maintain accurate records, and issue day use passes per the procedures detailed in the Park Attendant's Handbook. Assist campers in locating campsites and answer camper and visitor questions in a courteous and friendly manner. Maintain occupancy records and take campsite reservations. Provide and maintain an adequate change fund. C.2.9. Records : Maintain and keep up to date records on campground use and maintain a waiting list of campers interested in obtaining a campsite when the campground is full. Maintain occupancy records such as the entrance station pegboard, an incoming reservations list, and current status reports showing the correct primary occupant. Keep a current list of all vacant campsites, particularly the sites with electrical hook-ups, and provide one copy of the status report to the COE office and one to the campground host daily. C.2.10. Policy: Provide campers and visitors information on park policies and procedures. Additional guidance will be provided in the Park Attendant Handbook. C.2.11. Reconciliation: Balance collected fees with the user permits issued. The contractor shall reimburse the Government for any shortages or questionable losses. Any loss is to be reported immediately to the Supervisory Ranger. The collected fees will be secured by the contractor in a safe provided for this purpose. A bill of collections will be completed a minimum of once per week or any time the amount of fees collected totals $5,000.00. During the reconciliation process, the contractor must explain any shortages due to operator error of the Reserve America - Outdoor Recreation Management Suite (ORMS) program or reimburse the shortage. All shortages must be reimbursed in the same format as required by the ORMS program. In the event the contractor fails to reimburse the Government, the shortage may be collected by any lawful means including offset from contract earnings or a claim against any bonds required by this contract unless the contractor demonstrates to the reasonable satisfaction of the Contracting Officer, that the loss or shortage is caused solely by persons or circumstances beyond the control, and without the fault or neglect of the contractor, its officers, agents or employees. C.2.12. Complaints: Report all disturbances and complaints to the ranger on duty. Radio equipment will be furnished for this purpose. The contractor shall not attempt to apprehend violators or enforce any rules or regulations. C.2.13. Cleaning: Clean the entrance station on a daily basis. The government will furnish all cleaning supplies necessary to complete the following cleaning: •a) Interior walls, fixtures, counter tops and floors shall be kept free from dirt, dust, grease, litter and all debris. •b) Exterior walls shall be kept in a clean condition and free from insect nests, cobwebs and bird nests. •c) Windows (both interior and exterior) shall be kept clean and free of dust, spots and streaks. •d) Shelves, windows, counter tops, floors, and brochure holders shall be kept neat and orderly at all times. •e) All surfaces of the information board and telephone stand shall be cleaned to remove cobwebs, insect nests, bird droppings, and other foreign material. •f) Remove all cigarette butts and garbage from cigarette ash urn. C.2.14. Damage : Report all damaged or malfunctioning recreational facilities to a park ranger immediately upon discovery of the problem. C.2.15. Uniforms : Be attired in clothing that presents a clean, neat and professional appearance at all times. The prescribed attire to be worn while performing official duties specified in this contract will include a collared shirt or blouse, trousers or slacks, and shoes. Knee length shorts are acceptable but T-shirts and tank tops will not be allowed. C.2.16. Government Equipment: Sign and be responsible for government furnished equipment. This includes, but is not limited to, fee collection computer equipment, keys and a 2-way radio. The value of the computer equipment is approximately $3,000 and the value of the two way radio is approximately $1,000. All accountable items will be turned in to the Supervisory Ranger immediately upon completion of the period of on site performance. C.3 CONTRACTOR RESTRICTIONS - Contractors Shall Not: Carry firearms in the park, or maintain them in the entrance station or recreation vehicle. Consume alcoholic beverages during the on-duty hours or conduct themselves in manner unbecoming of their position so as to bring discredit to themselves or the Corps of Engineers. Use any tobacco products while performing their duties. No eating or drinking will be permitted in the vicinity of the computer or printer. Use the government provided radio or computer for anything but official business. Establish any type of animal house, cage, pen or similar facility for pets or for raising animals. Pets of the contractor will be confined to the campsite, if applicable, or be kept on a leash no longer than six (6) feet in length. Pets will not be allowed in or around the entrance station. Allow any personal visitors in the vicinity of the entrance station except when they are registering or paying fees. These visitors shall receive no preferential treatment regarding fees, site assignments or Corps and project policies. Sell unauthorized camping supplies or engage in any type of commercial activity. Accept any gratuities. C. 4 Government Provided Items An entrance station will be provided to perform fee collection duties and cannot be used for purposes other than items described in the contract. A log book ; a safe for storing money, permits, permit forms and annual day use passes; computer equipment to issue permits using the NRRS system; and handout materials including informational pamphlets, copies of Title 36 CFR, and brochures. One hand held radio to communicate with the Rangers. A name tag to identify the contractor. The name tag shall be worn and visible at all times. A set of standing instructions for the contractor on the duties of a park attendant in the Park Attendant's Handbook. Miscellaneous office supplies (paper, pens, notepads, etc). Keys necessary to operate the entrance station. An appropriate number of keys will be issued to the contractor and signed for at the pre-work orientation and will be returned when the contract period has ended. No duplicates of the keys are to be obtained. The contractor will be responsible for the security of all keys in his/her possession and will report any lost, stolen or damaged keys to the Supervisory Ranger immediately. C.5 Payment and Standards of Conduct C.5.1 Conformance: Work will be monitored and inspected periodically for conformance with the specifications, and for accuracy and completeness. If satisfactory, payment will be made during the first week of each month after the contractor provides the Supervisory Ranger with a detailed invoice for work performed that month. The contractor and a Supervisory Ranger shall meet to discuss the previous month's work performance and an attendant's evaluation form will be completed, reviewed and discussed at this time. C.5.2 Competenc e: The contractor shall be responsible for maintaining satisfactory standards of employee competence, conduct, appearance, integrity, and sobriety, and for taking such disciplinary action with respect to employees as may be necessary. C.5.3 Corrective Action: The Contracting Officer may require the contractor to take corrective action for any employee that the Contracting Officer deems incompetent, careless or otherwise objectionable. The contractor shall be required to affect this directive immediately and without expense to the Government. Any such action under this section shall not relieve the contractor from any and all responsibilities specified under this contract, including, but not limited to, timeliness and quality of performance. C.5.4 Dismissal: Inappropriate conduct or unbecoming actions on the part of the contractor may be grounds for dismissal of the contractor and termination of the contract. Reference FAR Clause 52.212-4(l). Examples of conduct or actions that may lead to immediate dismissal include, but are not limited to, the following: •a. Consumption of alcoholic beverages or controlled substances while on duty or arriving on duty in an intoxicated or impaired state. •b. Cursing, verbal abuse or harassment of visitors or Corps personnel, exhibiting a malicious or hostile attitude. •c. Unwarranted physical contact with visitors, other contractors or Corps personnel. •d. Lack of cooperation and resistance to implementation of policies and programs as directed by the Supervisory Ranger and failure to correct deficiencies, etc. •e. Failure by the contractor to provide items and services listed in the contract specifications may be grounds for termination of the contract under the Federal Acquisition Regulations. C.4.1 Complaints : More than three complaints from the public in one year deemed legitimate by the Contracting Officer regarding rudeness, favoritism, discrimination, bad language or violations of policies and procedures may be considered grounds for the termination of this contract. Attachment A: CONTRACTOR QUESTIONAIRE SOLICITATION NUMBER: PROJECT TITLE: PLEASE COMPLETE ALL REQUESTED INFORMATION: FIRST NAME: LAST NAME: STREET ADDRESS: CITY STATE ZIP CAGE CODE: TAX ID: WILL YOU BE PERFORMING THIS WORK? YES (IF YES, PLEASE SUPPLY EXPERIENCE) NO (IF NO, PLEASE SUPPLY EXPERIENCE OF EMPLOYEE) EMPLOYEE NAME: EXPERIENCE: JOB TITLE: DATE WORK PERFORMED: REFERENCE NAME: REFERENCE TELEPHONE NUMBER: EXPERIENCE WITH MICROSOFT © WINDOWS: YEARS: MONTHS: EXPERIENCE WITH MICROSOFT © WORD: YEARS: MONTHS: ADDITIONAL INFORMATION: EXPERIENCE: JOB TITLE: DATE WORK PERFORMED: REFERENCE NAME: REFERENCE TELEPHONE NUMBER: EXPERIENCE WITH MICROSOFT © WINDOWS: YEARS: MONTHS: EXPERIENCE WITH MICROSOFT © WORD: YEARS: MONTHS: ADDITIONAL INFORMATION: EXPERIENCE: JOB TITLE: DATE WORK PERFORMED: REFERENCE NAME: REFERENCE TELEPHONE NUMBER: EXPERIENCE WITH MICROSOFT © WINDOWS: YEARS: MONTHS: EXPERIENCE WITH MICROSOFT © WORD: YEARS: MONTHS: ADDITIONAL INFORMATION: Please return this data sheet along with your bid sheet. SUPPLIES OR SERVICES AND PRICES/COSTS SCHEDULE The contractor shall furnish all necessary labor, fuel, transportation, and supervision for the collection of camping fees, day use fees, day use annual passes, dump station fees and picnic shelter reservation fees in addition to cleaning the entrance station at Crosslake Recreation Area in Crosslake, MN in strict accordance with the specifications. The contract will consist of one base year and two option years. The term of the basic contract shall be from 01 May 2012 through 30 April 2013. The period of onsite performance will be 01 May through 30 September each year. 0001 BASE PERIOD OF PERFORMANCE: 01 May 2012 - 30 September 2012 ITEM DESCRIPTION QUANTITY U/M AMOUNT 0001 Fee Collection/Cleaning 5 MO _________ Total for basic period of performance: __________ 0002 OPTION PERIOD OF PERFORMANCE: 01 May 2013 - 30 September 2013 ITEM DESCRIPTION QUANTITY U/M AMOUNT 1001 Fee Collection/Cleaning 5 MO _________ Total for option period of performance one: __________ 0003 OPTION PERIOD OF PERFORMANCE: 01 May 2014 - 30 September 2014 ITEM DESCRIPTION QUANTITY U/M AMOUNT 2001 Fee Collection/Cleaning 5 MO _________ Total for option period of performance two: __________ TOTAL CONTRACT COST: ___________________ Campground Attendant/Fee Collector Scope of Work Crosslake Recreation Area Crosslake, MN 56442 SECTION C - DESCRIPTION/SPECIFICATIONS C.1 General The work to be performed under this contract consists of furnishing all plant, materials, equipment, supplies, labor, transportation, supervision and performing all work as required by the SCHEDULE, Section B of the contract, in strict accordance with the specifications, all of which are made part hereof. All work materials and services not expressly called for in the specifications but are necessary for completion of the contract requirements shall be performed and furnished by the Contractor at no increase in cost to the Government. C.1.1. Summary: The St. Paul District Corps of Engineers (COE) will contract for park attendant services at the Crosslake Recreation Area at Crosslake, MN. Offers will be evaluated on price, adequate computer experience, and the ability to meet the requirements of this solicitation. (Reference Section II paragraph 4). This contract solicitation is for services for the 2012 recreation season plus two option years. C.1.2. Location: Crosslake Recreation Area is located adjacent to the town of Crosslake, MN in Crow Wing County on Cross Lake, which is part of the Whitefish Chain of Lakes. Crosslake is approximately 24 miles north of Brainerd, MN and 160 miles northwest of St. Paul, MN. C.1.3. Crosslake Recreation Area. The Crosslake Recreation Area has a campground and two day use areas. Facilities include playground areas, picnic areas, two boat ramps, two fishing piers, two beaches, horseshoe pits, a volleyball court, two reserveable picnic shelters, two comfort stations and two dump stations. The campground has a total of 118 campsites of which 74 are electrical, 44 nonelectrical and two are paved and equipped for the mobility impaired. The recreation area receives high visitation from mid-May through September. C.1.4. Periods of On Site Performance : Term of Contract Term of On Site Performance Base Year 01 May 2012 - 30 April 2013 1 May 2012 to 30 September 2012 Option year 1 01 May 2013 - 30 April 2014 1 May 2013 to 30 September 2013 Option year 2 01 May 2014 - 30 April 2015 1 May 2013 to 30 September 2014 See C.2.5 for required entrance station work hours. C.1.5. Safety : The contractor must comply with all applicable federal, state and local safety and occupational health laws, rules, and regulations and must complete all work in a safe manner in accordance with EM 385-1-1 Safety & Health Requirements Manual. An on line version can be reviewed at http://140.194.76.129/publications/eng-manuals/em385-1-1/2008_English/toc.html C-1.6. Security. The Contractor shall cooperate with Government personnel in safeguarding Government property. The Contractor shall be responsible for reporting all acts of vandalism, larceny, or pilferage to the Supervisory Ranger; insure that the entrance station doors and windows are locked each time the building is left unattended; and cooperate with all Corps of Engineer employees and other contractors in performance of their duties. C.2 REQUIREMENTS : C.2.1 Recreational Vehicle: The contractor may provide a privately owned, self-contained camping trailer or motor home and live in the campground during the period of on site performance. A camping trailer or motor home shall be approved in advance by the Supervisory Ranger and shall not exceed 40 feet in length. Pick-up campers, tents and home-built campers such as restored buses or mobile homes shall not be used. The government will provide a free campsite with water, electric and sewer hookups. The motor home or camping trailer can be parked at a campsite designated by the Government no sooner than one (1) week in advance of the first day of on site performance. The contractor shall coordinate with the Supervisory Ranger in advance to ensure sewer, water and electrical services are operational. The contractor will maintain the area where the camping trailer or motor home is parked in a clean and sanitary condition. The camping trailer or motor home shall be in good repair and be neat appearing. No fences or ornamentation shall be added to the area designated as the contractor's site. The contractor shall remove the motor home or camping trailer and all personal property from Government lands no later than three (3) days after the end of on site performance. C.2.2 Vehicle: The contractor shall provide and maintain a fully operable vehicle, which can be operated independently of the motor home, for contract related transportation. Only street-legal motorized vehicles, which are licensed, and driven by drivers possessing a valid driver's license, shall be operated on government property. The Contractor shall provide proof of vehicle insurance sufficient to meet State of Minnesota liability insurance requirements. C.2.3 Security Bond : Prior to beginning work, the contractor must furnish the Supervisory Ranger proof of a $5,000.00 security bond including a list of all employees that will perform work specified in this contract. All employees must have a valid driver's license in order to perform any contract work. C.2.4. Pre-work Orientation, Training & Qualifications: The Contractor and attendants must attend a pre-work orientation and training session with the Supervisory Ranger and site Park Rangers on May 1 st at the Crosslake Recreation Area entrance station. The purpose of the session will be to review the contract specifications and to train the contractor in the use of the computer generated Reserve America - Outdoor Recreation Management Suite (ORMS) program. ORMS is used for the collection of user fees. Each individual shall become proficient with the ORMS program. Previous Corps of Engineers campground experience is preferred and at least two years of computer experience with Microsoft Windows and Microsoft Word is required. The contractor must submit a copy of Attachment A, Contactor Questionaire for each person performing work specified in this contract to the St. Paul Contracting Office along with the price schedule. C.2.5 Entrance Station Scheduled Hours: Summer Season: Spring & Fall Season : Saturday-Thursday 9:00 am - 11:00 am 9:00 am - 11:00 am 1:00 pm - 5:00 pm 6:00 pm - 8:00 pm 6:00 pm - 9:00 pm Friday 9:00 am - 11:00 am 9:00 am - 11:00 am 1:00 pm - 9:00 pm 2:00 pm - 8:00 pm Park attendants will not be required to work from Monday at 12:00 pm through Tuesday 12:00 pm. The park staff will perform fee collection duties & cleaning during this time period. The configuration of the above hours is subject to change with one week advance notice from the Supervisory Ranger. Hours of coverage will not increase. Any absence that is approved by the Supervisory Ranger will not relieve the Contractor of the responsibilities outlined under this contract. C.2.6 Campground Tours: C.2.6.a. Summer Season A minimum of t hree (3) complete tours of the campground shall be conducted each day to locate and contact campers who have not yet registered for camping. The first tour will be completed between 8 am and 9 am. The second tour will be completed between 12 pm and 1 pm except on Mondays when a tour is not required. The third tour will be completed between 5 pm and 6 pm. A third tour of the campground is not required on Fridays. C.2.6.b Spring and Fall Season A minimum of t wo (2) complete tours of the campground shall be conducted each day to locate and contact campers who have not yet registered for camping. The first tour will be completed between 8 am and 9 am. The second tour will be completed between 5 pm and 6 pm except on Fridays. The second tour on Fridays will be completed between 1 pm and 2 pm. C.2.6.c Complete Registratio n: The Contractor shall courteously notify unregistered campers to register at the entrance station when it is open. The contractor will notify a ranger if a camper refuses to register and pay. One complete tour of the campground is approximately two miles in length. C.2.7 Season Dates: Year Spring Summer Fall 2012 May 1 - 23 May 24 - Sept 16 Sept 17 - Sept 30 2013 May 1 - 22 May 23 - Sept 15 Sept 16 - Sept 30 2014 May 1 - 21 May 22 - Sept 14 Sept 15 - Sept 30 C. 2.8. Fee Collection : Operate the computerized camping/reservation program, collect applicable fees, maintain accurate records, and issue day use passes per the procedures detailed in the Park Attendant's Handbook. Assist campers in locating campsites and answer camper and visitor questions in a courteous and friendly manner. Maintain occupancy records and take campsite reservations. Provide and maintain an adequate change fund. C.2.9. Records : Maintain and keep up to date records on campground use and maintain a waiting list of campers interested in obtaining a campsite when the campground is full. Maintain occupancy records such as the entrance station pegboard, an incoming reservations list, and current status reports showing the correct primary occupant. Keep a current list of all vacant campsites, particularly the sites with electrical hook-ups, and provide one copy of the status report to the COE office and one to the campground host daily. C.2.10. Policy: Provide campers and visitors information on park policies and procedures. Additional guidance will be provided in the Park Attendant Handbook. C.2.11. Reconciliation: Balance collected fees with the user permits issued. The contractor shall reimburse the Government for any shortages or questionable losses. Any loss is to be reported immediately to the Supervisory Ranger. The collected fees will be secured by the contractor in a safe provided for this purpose. A bill of collections will be completed a minimum of once per week or any time the amount of fees collected totals $5,000.00. During the reconciliation process, the contractor must explain any shortages due to operator error of the Reserve America - Outdoor Recreation Management Suite (ORMS) program or reimburse the shortage. All shortages must be reimbursed in the same format as required by the ORMS program. In the event the contractor fails to reimburse the Government, the shortage may be collected by any lawful means including offset from contract earnings or a claim against any bonds required by this contract unless the contractor demonstrates to the reasonable satisfaction of the Contracting Officer, that the loss or shortage is caused solely by persons or circumstances beyond the control, and without the fault or neglect of the contractor, its officers, agents or employees. C.2.12. Complaints: Report all disturbances and complaints to the ranger on duty. Radio equipment will be furnished for this purpose. The contractor shall not attempt to apprehend violators or enforce any rules or regulations. C.2.13. Cleaning: Clean the entrance station on a daily basis. The government will furnish all cleaning supplies necessary to complete the following cleaning: •a) Interior walls, fixtures, counter tops and floors shall be kept free from dirt, dust, grease, litter and all debris. •b) Exterior walls shall be kept in a clean condition and free from insect nests, cobwebs and bird nests. •c) Windows (both interior and exterior) shall be kept clean and free of dust, spots and streaks. •d) Shelves, windows, counter tops, floors, and brochure holders shall be kept neat and orderly at all times. •e) All surfaces of the information board and telephone stand shall be cleaned to remove cobwebs, insect nests, bird droppings, and other foreign material. •f) Remove all cigarette butts and garbage from cigarette ash urn. C.2.14. Damage : Report all damaged or malfunctioning recreational facilities to a park ranger immediately upon discovery of the problem. C.2.15. Uniforms : Be attired in clothing that presents a clean, neat and professional appearance at all times. The prescribed attire to be worn while performing official duties specified in this contract will include a collared shirt or blouse, trousers or slacks, and shoes. Knee length shorts are acceptable but T-shirts and tank tops will not be allowed. C.2.16. Government Equipment: Sign and be responsible for government furnished equipment. This includes, but is not limited to, fee collection computer equipment, keys and a 2-way radio. The value of the computer equipment is approximately $3,000 and the value of the two way radio is approximately $1,000. All accountable items will be turned in to the Supervisory Ranger immediately upon completion of the period of on site performance. C.3 CONTRACTOR RESTRICTIONS - Contractors Shall Not: Carry firearms in the park, or maintain them in the entrance station or recreation vehicle. Consume alcoholic beverages during the on-duty hours or conduct themselves in manner unbecoming of their position so as to bring discredit to themselves or the Corps of Engineers. Use any tobacco products while performing their duties. No eating or drinking will be permitted in the vicinity of the computer or printer. Use the government provided radio or computer for anything but official business. Establish any type of animal house, cage, pen or similar facility for pets or for raising animals. Pets of the contractor will be confined to the campsite, if applicable, or be kept on a leash no longer than six (6) feet in length. Pets will not be allowed in or around the entrance station. Allow any personal visitors in the vicinity of the entrance station except when they are registering or paying fees. These visitors shall receive no preferential treatment regarding fees, site assignments or Corps and project policies. Sell unauthorized camping supplies or engage in any type of commercial activity. Accept any gratuities. C. 4 Government Provided Items An entrance station will be provided to perform fee collection duties and cannot be used for purposes other than items described in the contract. A log book ; a safe for storing money, permits, permit forms and annual day use passes; computer equipment to issue permits using the NRRS system; and handout materials including informational pamphlets, copies of Title 36 CFR, and brochures. One hand held radio to communicate with the Rangers. A name tag to identify the contractor. The name tag shall be worn and visible at all times. A set of standing instructions for the contractor on the duties of a park attendant in the Park Attendant's Handbook. Miscellaneous office supplies (paper, pens, notepads, etc). Keys necessary to operate the entrance station. An appropriate number of keys will be issued to the contractor and signed for at the pre-work orientation and will be returned when the contract period has ended. No duplicates of the keys are to be obtained. The contractor will be responsible for the security of all keys in his/her possession and will report any lost, stolen or damaged keys to the Supervisory Ranger immediately. C.5 Payment and Standards of Conduct C.5.1 Conformance: Work will be monitored and inspected periodically for conformance with the specifications, and for accuracy and completeness. If satisfactory, payment will be made during the first week of each month after the contractor provides the Supervisory Ranger with a detailed invoice for work performed that month. The contractor and a Supervisory Ranger shall meet to discuss the previous month's work performance and an attendant's evaluation form will be completed, reviewed and discussed at this time. C.5.2 Competenc e: The contractor shall be responsible for maintaining satisfactory standards of employee competence, conduct, appearance, integrity, and sobriety, and for taking such disciplinary action with respect to employees as may be necessary. C.5.3 Corrective Action: The Contracting Officer may require the contractor to take corrective action for any employee that the Contracting Officer deems incompetent, careless or otherwise objectionable. The contractor shall be required to affect this directive immediately and without expense to the Government. Any such action under this section shall not relieve the contractor from any and all responsibilities specified under this contract, including, but not limited to, timeliness and quality of performance. C.5.4 Dismissal: Inappropriate conduct or unbecoming actions on the part of the contractor may be grounds for dismissal of the contractor and termination of the contract. Reference FAR Clause 52.212-4(l). Examples of conduct or actions that may lead to immediate dismissal include, but are not limited to, the following: •a. Consumption of alcoholic beverages or controlled substances while on duty or arriving on duty in an intoxicated or impaired state. •b. Cursing, verbal abuse or harassment of visitors or Corps personnel, exhibiting a malicious or hostile attitude. •c. Unwarranted physical contact with visitors, other contractors or Corps personnel. •d. Lack of cooperation and resistance to implementation of policies and programs as directed by the Supervisory Ranger and failure to correct deficiencies, etc. •e. Failure by the contractor to provide items and services listed in the contract specifications may be grounds for termination of the contract under the Federal Acquisition Regulations. C.4.1 Complaints : More than three complaints from the public in one year deemed legitimate by the Contracting Officer regarding rudeness, favoritism, discrimination, bad language or violations of policies and procedures may be considered grounds for the termination of this contract. Attachment A: CONTRACTOR QUESTIONAIRE SOLICITATION NUMBER: PROJECT TITLE: PLEASE COMPLETE ALL REQUESTED INFORMATION: FIRST NAME: LAST NAME: STREET ADDRESS: CITY STATE ZIP CAGE CODE: TAX ID: WILL YOU BE PERFORMING THIS WORK? YES (IF YES, PLEASE SUPPLY EXPERIENCE) NO (IF NO, PLEASE SUPPLY EXPERIENCE OF EMPLOYEE) EMPLOYEE NAME: EXPERIENCE: JOB TITLE: DATE WORK PERFORMED: REFERENCE NAME: REFERENCE TELEPHONE NUMBER: EXPERIENCE WITH MICROSOFT © WINDOWS: YEARS: MONTHS: EXPERIENCE WITH MICROSOFT © WORD: YEARS: MONTHS: ADDITIONAL INFORMATION: EXPERIENCE: JOB TITLE: DATE WORK PERFORMED: REFERENCE NAME: REFERENCE TELEPHONE NUMBER: EXPERIENCE WITH MICROSOFT © WINDOWS: YEARS: MONTHS: EXPERIENCE WITH MICROSOFT © WORD: YEARS: MONTHS: ADDITIONAL INFORMATION: EXPERIENCE: JOB TITLE: DATE WORK PERFORMED: REFERENCE NAME: REFERENCE TELEPHONE NUMBER: EXPERIENCE WITH MICROSOFT © WINDOWS: YEARS: MONTHS: EXPERIENCE WITH MICROSOFT © WORD: YEARS: MONTHS: ADDITIONAL INFORMATION: Please return this data sheet along with your bid sheet.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0052/listing.html)
 
Place of Performance
Address: Crosslake Recreation Area is located adjacent to the town of Crosslake, MN in Crow Wing County on Cross Lake, which is part of the Whitefish Chain of Lakes. Crosslake is approximately 24 miles north of Brainerd, MN and 160 miles northwest of St. Paul, MN., Cross Lake, Minnesota, United States
 
Record
SN02674720-W 20120216/120214235047-1b515c3d2c48dea07314b966d7941321 (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.