Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2016 FBO #5161
MODIFICATION

M -- Six (6) Campground Attendants

Notice Date
1/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
721211 — RV (Recreational Vehicle) Parks and Campgrounds
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-16-Q-0020
 
Point of Contact
Patricia Thomas, Phone: 5095277212, Julie Morris, Phone: 5095277227
 
E-Mail Address
patricia.thomas@usace.army.mil, julie.m.morris@usace.army.mil
(patricia.thomas@usace.army.mil, julie.m.morris@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION SF 1449 - CONTINUATION SHEET SUPPLIES OR SERVICES AND PRICES CLIN 0002 The pricing detail quantity has decreased by 1.00 from 65.00 to 64.00. CLIN 0004 The pricing detail quantity has decreased by 1.00 from 65.00 to 64.00. CLIN 0006 The pricing detail quantity has decreased by 1.00 from 65.00 to 64.00. The following have been added by full text: NEW PERFORMANCE WORK STATEMENT Contracts "A" and "B" PARK ATTENDANTS SCOPE OF WORK FOR HOOD PARK CHARBONNEAU PARK FISHHOOK PARK -Corrected- ICE HARBOR PROJECT WALLA WALLA DISTRICT, CORPS OF ENGINEERS This is a requirement to provide services as a Campground Attendants "A" or "B" at one of three parks managed by the Ice Harbor Natural Resources Office located in Burbank, Washington. The parks are Charbonneau Park, Fishhook Park, and Hood Park. Six multiple awards will be made from this solicitation. Each park will have Attendants "A" and Attendants "B." You may quote on any or all of the Attendants awards, but you can only be awarded one of the six contract awards. Due to the addition of campsite cleaning to the duties of these contracts, we now require there to be at least 2 people to accomplish the work. We do require a Fidelity Bond or a letter of credit for $5,000.00. A Fidelity Bond can be purchased inexpensively through your insurance company. Questions on attendant positions shall be in the form of email to: patricia.thomas@usace.army.mil PERFORMANCE WORK STATEMENT CAMPGROUND ATTENDANTS 1. SCOPE OF WORK The Contractor's work will include, but is not limited to, opening and closing park gates; collecting camping fees; operating the NRRS Windows based reservation system; distributing camping information, (Title 36) brochures to campers; filling out and issuing tags to place on carsonite posts at camp sites and in vehicles; cleaning of camp sites; cleaning campground picnic tables prior to park opening; customer service and communications; compliance checks in the campground; provide incidental/emergency assistance; clean gate house (inside and out); purchase cashier checks, and turning the Deposit Summary Report, checks and reports to designated personnel at the Overlook Building above Ice Harbor Dam; take daily chlorination readings. This contract requires 2 people to accomplish the job during the 5 duty days. NOTE: Campground Attendants is a job, NOT a campground host position. 2. CONTRACT PERIOD The contract will begin Tuesday, May 3, 2016, or date of award and continue through Tuesday, September 6, 2016. The Contractor must reside at the work site during the contract period. The Contractor may arrive to setup their campsite up to four days prior to the start of the contract. This will provide the Contractor the opportunity to setup all utilities and locate nearby services, etc., needed to meet their needs during the contract period. Park gates will be locked; the Contractor will need to contact the Corps of Engineers prior to their arrival, 509-543-6068 or 509-543-6074. Upon completion of the contract period, the Contractor must remove all personal property from the site within three days. Park Attendants campsites are for use by one camping unit only. All 3 parks will open Friday, May 13, 2016 and close Tuesday, September 6, 2016. 3. PROBATION PERIOD The probation period will be May 13, 2016 through June 10, 2016. During the probation period the Contractor will: a) Display competence and ability to function with the computer based NRRS system without assistance. b) Display ability to adequately represent the Corps and interact with the public, other contractors, fellow campground attendants, and rangers. c) Display proficiency and ability to accurately complete paperwork as outlined in training. d) Display ability to competently clean camp sites. The Contractor will be evaluated by the COR the last week of the probation period. The COR will utilize the Performance Requirements Summary to aid in the evaluation. Failure to receive a successful evaluation could result in termination of this contract for failure to comply with outlined specifications. 4. TRAINING PERIOD 4.1. The Contractor will attend training the week of May 3,4, 5, 6, and the 9th the following week. The first four days will consist of computer/credit card/printing/reports training on the National Recreation Reservation Services (NRRS), field manager applications and the Campground Attendants Handbook consisting of rules and regulations to include role playing. Training sessions will be held at the USACE annex building in Walla Walla, Washington. The last day of training will be held at the Natural Resource Building (Overlook) at Ice Harbor Dam and Charbonneau Park Gatehouse for roll playing. All contract park attendants must attend. 4.2. The computer training schedule will be May 3 through May 6, 2015. Training will be in Walla Walla, 0800-1630. The first and last hour will be travel time to and from Walla Walla. Training May 9th will be at the Overlook Building and Charbonneau Gatehouse, 0800-1630. 5. SCHEDULE 5.1. Park Hours. Park hours are Sunday through Saturday, seven days per week, 6:00 a.m. to 10:00 p.m. The park will be attended twenty-four hours a day. 5.2. Two 2016 Schedules (one for Contractor "A" and one for Contractor "B") Attendants "A" 2016 Schedule. The opening date of the park, May 13th, Attendants "A" will open the gate at 6:00 a.m., and the end of their schedule will be 10:00 a.m. on switchover day. A typical shift would be 0900 hrs May 25th until 1000 hrs May 30th. The beginning of their next shift will start at 9:00 a.m. There will be a one hour overlap between Attendants "A" and Attendants "B". May - Days on Duty June - Days on Duty July - Days on Duty 13-17, 23-27 2-6, 12-16, 22-26 2-6, 12-16, 22-26 August - Days on Duty September - Days on Duty 1-5, 11-15, 21-25, 31 1-4 Total number of paid days is 67 (sixty-seven) (60 duty days, 2 cleaning days and 5 training days included). Attendants "B" 2015 Schedule: On Wednesday, 18 May 2016, Attendants "B" will start their shift at 9:00 a.m. and the end of their schedule will be 10:00 a.m. on switchover day. A typical shift would be 9:00 a.m. on May 30th until 10:00 a.m. on June 4th. The beginning of their next shift will start at 9:00 a.m. There will be a one-hour overlap between Attendants "A" and Attendants "B". May - Days on Duty June - Days on Duty July - Days on Duty 18-22, 28-31 1,7-11, 17-21, 27-30 1,7-11, 17-21, 27-31 August - Days on Duty September - Days on Duty 6-10, 16-20, 26-30 5-6 Total number of paid days is 64 (sixty-four) (57 duty days, 2 cleaning days and 5 training days included). 5.3. Two additional days will be included to initially clean the gatehouse and the campground picnic tables prior to the parks opening, May 10th and 11th. Attendants "A" & "B" will accomplish this work in conjunction with each other. 5.4. Work will be accomplished within the time frames specified above. Services rendered outside the time periods specified, except those in the Campground Attendant Handbook, would not be compensated unless specifically approved in writing by the Contracting Officer or the Contracting Officer's Representative (COR). 5.5. The Contractor will perform park attendant duties, including weekends and Federal holidays as described in the above schedule. The Contractor shall observe the five days on and five days off rotation. If the Contractor needs to be absent from the park during their shift the COR shall be notified as soon as possible. 6. QUALIFICATIONS 6.1. The contract requires that an adult at least twenty-one years of age be on site at all times to perform the contract's duties. 6.2. The work under this contract varies in demands of physical and mental nature. Work in the gate house can be considered mentally demanding while physical sedentary. Campground patrols and camp site cleaning are more physically demanding and less mentally challenging. Park attendants must not have any physical or mental condition that impairs their capacity to carry out these tasks. For the physical work the Attendants must be able to bend, stoop and lift at least 40 lbs while cleaning ash from the fire pits. 6.3. Contractors must be capable of speaking and writing the English language to the satisfaction of the COR. 7. CONTRACTOR PROVIDED REQUIREMENTS 7.1. Fidelity Bond. Prior to the first day of work, the Contractor will submit proof of a Fidelity Bond in the amount of $5,000.00 to the COR. The cost of securing a bond will be the responsibility of the Contractor. 7.2. The Contractor will provide 2 personnel to accomplish the work during their tour of duty. 7.3. The Contractor will furnish and reside in a fully operable, well maintained "self-contained" recreation vehicle (RV) of sufficient size to serve as living quarters in the campground. Pickup (shell-type) canopies, tents or ‘pop-up' style type campers, converted school buses, or any other types of recreational vehicles which do not meet the general size requirement or the "self-contained" classification as determined by the COR, will not be acceptable. A "Self Contained" Vehicle is required for security of funds, professional image and possible adverse weather conditions. Air conditioning is recommended due to high summer temperatures. 7.4. The Contractor will provide and maintain fully operable vehicle, which can be utilized independently of the RV's, in each campground, for the purpose of personal and/or emergency related business outside the campground. IN ADDITON ATTENDANTS "A" REQUIREMENTS (Subparagraphs 7-5 thru 7.6). Figure these costs into your bid as they will not be reimbursed. 7.5. Attendants "A" will provide all required office type supplies not listed in Government Provided Supplies, Materials and Equipment including pencils, pens, large felt tip black markers, rubber bands, paper clips, highlighters, Post-It notes, and a calculator with a tape, etc., including any other supplies deemed necessary to complete their tasks. These supplies will be used by both contractors. 7.6. Attendants "A" will provide all required supplies to clean the gate house, including mop, broom, dust pan, and window cleaner, etc. including any other supplies deemed necessary to keep the gate house neat and clean. These supplies will be used by both contractors. 8. CONTRACTOR DUTIES 8.1. National Recreation Reservation Service (NRRS). The Contractor will perform specific daily duties to implement the NRRS, according to establish procedures (taught during training). Duties include, but are not limited to, maintaining current records, checking site availability, process camper registrations, accepting reservations, and printing daily reports, including the Financial Session Detail Report. At the end of your five day shift you will need to print the Deposit Summary Report, and Deposit Detail Report. 8.2. Staffing Gate House. The Contractor will be physically present during posted hours, and be available anytime needed during their twenty-four hour shift. Historically three to eight hours per day are spent in the gate house, with the greater part during the peak season. 8.3. Changing Gate House Posted Hours. The Corps can change the posted hours in the gate house with twenty-four hours notice to the Contractor. 8.4. Gate House Cleaning. The gate house WILL NOT BE cleaned during posted hours to collect camping fees. There is no water available at the gate house. The Contractor must maintain the gate house in a clean condition at all times. The contractor will thoroughly clean the gatehouse prior to park opening and as needed subsequently. • Clean windows inside & out leaving no film or residue • Sweep and damp mop floor • Dust and wash counters and counter tops • Ensure light fixtures and windowsills are cleaned to remove dust, dirt, insects, and cobwebs. • Keep the front doors clean ensuring all handprints and other foreign materials are removed. • Empty trash and shredder containers. • Dust bench • Remove dust, dirt, insects, nests, cobwebs, and other foreign materials from the exterior of the building, including ramps and stairs. 8.5. Campground Picnic Table Cleaning. Two additional days at the beginning of the season is included in this contract for initial cleaning of the gatehouse and campground picnic tables. Remove dust, dirt, insects, nests, cobwebs, and other foreign materials from tables and pressure wash the tops prior to the parks open then clean as needed during the season when cleaning the campsites. 8.6. Collecting Fees. The Contractor will register campers, and collect the required fees according to project policy. The Contractor will provide and maintain a change fund of at least $75.00 for use in making change for campers. The Government will not provide a change fund. The Contractor will need to purchase, and pay for, cashier checks for remittance of cash to the COR. 8.7. In the event of theft, shortage or loss of funds in the Contractor's possession, the COR will be notified immediately. All fees, once collected, are the responsibility of the Contractor's until they are remitted to the Recreation Fee Cashier (RFC). The Contractor will be liable for a loss or shortage of fees. 8.8. Request for refunds will be handled in accordance with project policy. No other refunds will be made. The Project does not give cash refunds. The Contractor will take all reasonable precautions to safeguard fees. All fees will be deposited in the safe provided, and entrances to the gate house shall be kept locked except during posted hours. 8.9. Campsite Cleaning. The Contractor will clean each campsite after departure and prior to new camper's arrival. This includes litter and ash removal from grill areas; clean table; pick up litter/debris from site. Contractor will need to be able to bend, stoop and lift at least 40 pounds to be able to accomplish campsite cleaning. The Government will provide all cleaning implements needed to accomplish the work. An additional two days at the beginning of the season is included in this contract for initial cleaning of the gatehouse and campsite tables. 8.10. The Contractor will purchase a cashiers check for all the cash collected. The cashiers check, all collected personal checks, and all financial reports will be transmitted at the end of your five day work schedule. All cost incurred for the transmittals will be the responsibility of the Contractor. 8.11. Campground Patrols. The Contractor's role is to serve as a customer service representative to "inform and educate" the park visitors about campground rules and regulations, not to enforce them. Training May 5,6,7, 8, and 11 from the Campground Attendant's Handbook (you will keep during your contract period) will detail the campground rules and regulations. Number of daily patrols will be dependent upon park usage. 8.12. Opening and Closing of Park Gates. The Contractor will comply with the establish park hours ensuring the park gates are opened at 6:00 a.m. and closed at 10:15 p.m. daily. 8.13. Chlorine Testing. The Contractor will perform testing of chlorine levels on domestic water systems. Test results must be documented daily. Completed monthly testing forms will be turned into the COR. 8.14. Reporting Maintenance Problems. Call the maintenance phone and leave a message for repairs that need done by the Corps maintenance crew - light bulb needs changed in the gate house, air conditioner needs fixed, utility cart needs fixed, etc. After office business hours and on weekends if an emergency maintenance is needed contract a Ranger on duty, the Ranger will make the decision to call maintenance or it can wait for maintenance to be completed during business hours. During training a list of emergency persons and their telephone numbers will be distributed to the Contractor. 8.15. Lost and Found. The Contractor will serve as a point of contact to receive lost and found articles. A lost and found receipt will be completed and the item placed in the lost and found box located in the maintenance shed. If item is valuable it will be turned over to a Ranger. 8.16. The Contractor will exercise tact, diplomacy, and courtesy, when dealing with the public. Report all disturbances the Contractor is unable to diplomatically control to a Park Ranger. The Contractor will furnish the Park Ranger with as much detailed information as possible, the type of problem, number of people involved or other pertinent information including the seriousness of the situation. If the problem merits calling law enforcement officers, the Park Ranger will make that determination. In the event it is after hours or the Contractor is unable to communicate with a Park Ranger, the Contractor will contact local law enforcement officers. All communications with local law enforcement officers will be documented and reported to the Corps as soon as practical. The Contractor will not attempt to apprehend or detain any violators. 8.17. The Contractor will immediately report to a Park Ranger any situation that could affect the health or safety of visitors, including maintenance requirements, utility problems, accident, or violations of laws and regulations. 9. UNIFORM REQUIREMENTS The Contractor is required wear a complete uniform at all times during the shift. The uniform will consist of a white shirt, with a collar, jeans/long pants, and closed toe shoes. The Corps will provide a cap and vest with a Corps logo on them. All clothing should be neat and clean so as to present a good image to all visitors. Tank tops, sleeveless shirts, cutoffs, shorts, open toed shoes, and sandals are considered inappropriate uniform items. Smocks will also be provided by the Corps to wear during campsite cleaning. 10. CAMPGROUND RESIDENCY REQUIREMENTS 10.1. All residential sites will be used for the purpose of temporary living quarters only, and must not contain more than one recreational vehicle (RV), as described in paragraph 7-4, at any time. The Government accepts no responsibility for, nor will be liable for theft and damages occurring to the Contractor's property. 10.2. Pens, kennels, cages, or similar facilities for pets or raising animals are prohibited. All pets belonging to the Contractor will be confined on a leash of six feet or less in length. Pets are not permitted to accompany personal while on duty. "Guard" type, other "unfriendly" or barking dogs will not be permitted. 10.3. New vegetation (flowers, gardens, etc) will not be planted, and existing vegetation must not be disturbed. Personal signs and other lawn decorations will not be allowed on the Contractor's campsite. 10.4. The Contractor will not possess firearms, ammunition, or fireworks in the recreation area of residence at any time. 11. GOVERNMENT PROVIDED SUPPLIES, MATERIALS, AND EQUIPMENT Government provided supplies, materials, and equipment are to be used by the Contractor for use in performing work specified in this Contract. 11.1. The Government will provide a campsite for the Contractor's RV, and utility hookups during the service period, consisting of water, electricity, sewer hookup and phone. Sites 1 and 2are designated for Campground Attendants, site number one (1), which measures seventy (70) feet to the curb stop at the back of the site, site number two (2), which measures eighty-eight (88) feet to the curb stop at the back of the site. RVs have to be backed into the site. The site will be provided free of charge for a period of four (4) days prior and three (3) days after the period of performance. The Contractor will maintain the camp site in accordance with park rules. 11.2. The Government will furnish to the Contractor the following accountable property to be used in performing the contract. Damage or loss while in the Contractor's possession will be reported in writing to the COR within twenty-four hours. • Computer equipment consisting of monitor, CPU, keyboard, printer, mouse, and cash drawer will be located in the gate house. • Credit card scanner/printer • Safe located in the gate house • Telephone located in the gate house • Telephone located in RV, if requested • Two way radio • Hand held portable transceiver radio with batteries, battery chargers, cases/belt holders • Keys, issued to each Contractor for the gates, gate house & comfort stations. • Chlorination testing kit • Picture badge and holder • Cap and vest to be worn as part of the uniform when on duty • Smock to be worn during camp site cleaning • Paper shredder • Electric utility cart and charger 11.3. The following expendable items will be furnished to the Contractor by the Government. The items will be dispensed on an as-needed basis for use in performance of this contract. Rubber stamps and ink pads; Maps & Brochures; Receipt container; Printer ink cartridge; Receipt printer paper rolls; Receipt printer ink cartridge; DSR envelopes; Computer paper; Authorized Forms: camper registration, yellow occupancy cards, green reserved cards, request for refund, help desk contact, reservation issue report, camping reminders, lost and found, daily logs, water testing, vehicle tags. 12. QUALITY ASSURANCE 12.1. The Government will monitor the Contractor's performance under this contract using quality assurance procedures developed by the Government. Typical procedures might include random sampling, checklists, customer complaints, and observation. All Resource personnel are inspectors. 12.2. 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 will not unduly delay the work. 12.3. 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 defects in services cannot be corrected by re-performance, the Government may (1) require the Contractor to take necessary action to ensure future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. 12.4. 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. 13. PAYMENT 13.1. Payment for services under this contract will be MONTHLY by the Disbursing Officer, U.S. Army Corps of Engineers Finance Center, Millington Tennessee, in accordance with the Prompt Payment Act (Public Law 100-496). Contractor's invoice for services performed must be submitted by the Contractor within the first five days of each month to the COR at the Resource Management Overlook Building, located at 2339 Monument Drive, Burbank, Washington, 99323. The unit price stated on the contract quote sheet will be used to determine the amount to be paid to the Contractor. 13.2. Submittal of payment: Submit invoice to COR who will review and approve and then forward on to USAED Millington finance Center for payment. All invoices must have Contractors name; address; contract number; month of services; CLIN number; number of days worked; and total for month. 13.3. The Contractor should have sufficient personal funds available to meet personal needs for the first sixty (60) days of the contract. 13.4. Payment will be withheld for services not performed in accordance with contract specifications. Failure of the Contractor to provide services listed will be grounds for contract default. Payment will not be made for work not performed. 13.5. Payment will be made by direct deposit (electronic funds transfer). 14. MISCELLANEOUS 14.1. Other Contractors. The Government may undertake or award other contracts for additional work, and the Contractor will fully cooperate with such other Contractors and Government employees. All work will be carefully planned and fitted not to interfere with such other work. The Contractor will 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 different time shifts. 14.2. Ground Maintenance and Janitorial Services. Contractor is required to clean the campsites after each departure and before arrival of new campers. The campsite grills should be free of ashes and garbage. Tables will be washed down and free of spider webs. All trash shall be picked up around pad and grill site. All other ground maintenance and janitorial duties are the responsibility of a separate contractor. 14.3. The Contractor will be responsible for receiving their mail and/or packages at a destination other than the park, or Project Office. 14.4. The Contractor will not display or offer for sale on Government property personal property items, crafts, or like items. 14.5. The Contractor will maintain a cooperative working relationship with the second park Attendants, who will also be occupying the gate house. 15. TERMINATION OF CONTRACT At the convenience of the Government the park Attendants contract may be terminated for unsatisfactory performance, or failure to satisfy probation, by written notice to the Contractor by the Contracting Officer. 16. PERFORMANCE REQUIREMENT SUMMARY Specification Item Performance Objective Performance Standard Method of Surveillance Operation of computer based NRRS system. Ability to independently operate NRRS system without assistance. 95% Periodic surveillance Interact with public, fellow contractors, rangers, and campground attendants. Ability to interact with public and corps staff in a courteous and professional manner with prompt response to all complaints. 95% Periodic surveillance, and validated customer complaints Campsite cleaning Ability to clean campsites after each departure and before arrival of next occupant to include grills, tables and pads free of litter, ash and debris. 95% Periodic surveillance Submittals Proficient, prompt and accurate paperwork as outlined in training. 95% 100 Percent Inspection. 17. Contractors Quote Work Sheet (all items to consider when calculating you per day quote) Labor per day cost Materials and Supplies cost (office and cleaning) Fidelity Bond cost Cashiers Check (one per week) cost Gas (drive to town to buy cashiers cost checks and take DSR to COR) The above line items will not be paid separately. All of the above should be considered when calculating the one line item quote. ************************************************************************************* Contract "A" _______________________ Park (Fill in park name) PARK ATTENDANTS "A" Contractor will work 60 duty days plus 5 training days plus 2 cleaning days for a total of 67 days. QUOTE PER DAY: $ x 67 days = tiny_mce_marker__________________ (Total Contract Quote) Transfer your Attendants "A" Quote to the corresponding CLIN 0001, 0003, and/or 0005. ************************************************************************************* Contract "B" _______________________ Park (Fill in park name) PARK ATTENDANTS "B" Contractor will work 57 duty days plus 5 training days plus 2 cleaning days for a total of 64 days. QUOTE PER DAY: $ x 64 days = tiny_mce_marker__________________ (Total Contract Quote) Transfer your Attendants "B" Quote to the corresponding CLIN 0002, 0004, and/or 0006. 18. Quoter's Background and Experience Statement - Park Attendants Provide information for both partners (complete and return with quote package) A. Background Information: (a) Name: Street Address: City: State: Zip Code: E-Mail address: Cell Phone Number: Home Phone: (b) Name: Street Address: City: State: Zip Code: E-Mail address: Cell Phone Number: Home Phone: B. Quoter's Motor Home Manufacturer, Model, Year, Type, and Length: C. This data sheet must be returned with experience information attached to substantiate the following: (a) Previous Experience/Past Performance 1) Knowledge/experience in campground(s) operations (list name and address of campground(s), and/or recreation area(s) in which you have worked). 2) Knowledge/experience in dealing courteously and tactfully with the public. (Provide Examples) 3) Knowledge/experience in using computers (List any relevant courses taken and/or previous experience). 4) Knowledge/experience in communicating orally (List any relevant courses taken and/or previous experience). 5) Knowledge/experience in keeping records (List any relevant courses taken and/or previous experience). 6) Knowledge/experience with use of National Recreation Reservation Service (NRRS) and/or similar software (List experience and references). (b) References: Provide three (3) references from individuals knowledgeable of your work experience (relatives excluded). Please include addresses and telephone numbers of references. 19. PARKS INFORMATION A. HISTORICAL BACKGROUND FOR CHARBONNEAU & FISHHOOK PARKS Ice Harbor Lock and Dam was named for an ice-free cove just upstream from the location of the dam. Steamboat captains used the cove as a safe place to wait out the winter without danger from ice. The Dam is located on the lower Snake River approximately ten miles from its confluence with the Columbia River. The waters of Lake Sacajawea now cover the cove. The lake was named for the Shoshone Indian women who accompanied the Lewis and Clark expedition in their search for theeasiest route to the Pacific Ocean. Ice Harbor Lock and Dam and Lake Sacajawea are located on the lower Snake River in Walla Walla and Franklin Counties, near the confluence of the Snake and Columbia Rivers in southeastern Washington. The dam is 9.7 miles above the mouth of the Snake River, which enters the Columbia River at River Mile 324. Lake Sacajawea is the downstream unit of the series of four impoundments authorized for the development of slack water navigation on the lower Snake River, extending from the head of Lake Wallula to the vicinity of Lewiston, Idaho. Ice Harbor Lock and Dam is 2,822 feet long, and 100 feet high. It is of the concrete gravity type, with an earth-fill embankment section at the north abutment. It was a ten-bay spillway 590 feet long, and ten 50-foot tainter gates. Lake Sacajawea, when full, extends northeast thirty-two (32) miles upstream to Lower Monumental Dam, and has a surface area of 9,200 acres Summers are generally very dry with abundant sunshine and maximum temperatures averaging near 90 degrees. There are days with temperatures in excess of 100 degrees, but the low summer humidity reduces the impact from the heat. Cliffs and rounded basalt bluffs predominate along the 32 mile length of Lake Sacajawea. These high rugged features are created by the down cutting action of the Snake River through the layers of basalts and other lava-derived materials that underlie the Columbia Plateau. Thus, the reservoir lies at the bottom of a gorge entrenched within grain fields, vineyards, orchards and dry land pasture of the plateau uplands. B. CHARBONNEAU PARK - INFORMATION SHEET Charbonneau Park is on Lake Sacajawea, which is formed by Ice Harbor Dam on the lower Snake River. The park is located 8.3 miles east of Burbank, Washington, on Highway 124, turn left 2 miles north on Sun Harbor Drive. Physical address: Charbonneau Park, 642 Campground Road, Burbank, Washington. This is not a mailing address. Charbonneau Park has fifty-two (52) paved sites 15 of which have full hookups and all others with electric hookups. All campsites are reservable. The campground has showers/restrooms. Each site has a fire pit/grill, picnic table, and is surrounded by green grass with mature shade trees scattered through the area. There is a day-use area, separate from the campground, which includes grills, tables, dump station, restrooms, playground, swimming area, volleyball court, trailer-dump station, and two group shelters. The park has a marina ( run by a private concessionaire) with dump station, and a small convenience store. Pay phones are available in both the campground and day-use areas. C. FISHHOOK PARK - INFORMATION SHEET Fishhook Park is on Lake Sacajawea, which is formed by Ice Harbor Dam on the lower Snake River. The park is located 18 miles east of Burbank, Washington, on Highway 124, and 4 miles north on Fishhook Park Road. Physical address: Fishhook Park, 4562 Fishhook Road, Prescott, Washington. This is not a mailing address. Fishhook Park has sixty-one (61) sites, of which forty-one (41) are paved RV sites with water and electric hookups, and 11 tent only walk-to-sites. All campsites are reservable. The campground has showers/restrooms, playground, and dump station. Each site has a fire pit/grill, picnic table, and is surrounded by green grass with mature shade trees scattered through the area. There is a day-use area, separate from the campground, which includes grills, tables, restrooms, playground, swimming area, sun shelters, and one large group shelter. D. HISTORICAL BACKGROUND FOR HOOD PARK Lake Wallula is the reservoir which lies behind McNary Lock and Dam and came into existence in 1957. Lake Wallula begins at Columbia River Mile (RM) 292.5 and extends 64 miles upstream. The lake shoreline extends past McNary Beach, Hat Rock State Park, and Warehouse Beach, through the Wallula Gap, past the confluence of the Walla Walla River and Sacajawea State Park and the confluence of the Snake River, through the Tri-Cities of Kennewick, Pasco, and Richland, and to the U.S. Department of Energy's Hanford Site, located approximately twenty-seven miles upstream of Pasco. Lake Wallula also extends ten miles up the Snake River to Ice Harbor Lock and Dam. Lake Wallula has a water surface area of 38,800 acres, with 242 miles of shoreline, and a normal operating range between 340 and 335 feet above sea level. Lake Wallula is a diverse area. The 16,908 acres surrounding the lake are public lands used for recreational, wildlife habitat, wildlife mitigation, and water-connected industrial development. Approximately 2,400 acres are licensed either to State or local park agencies, and the U.S. Fish and Wildlife Service owns and manages approximately 3,500 acres of public lands as part of the McNary National Wildlife Refuge. The Wallula Gap (near Pasco) is one of the most significant natural features in the story of the Ice Age floods. All the floodwaters from glacial Lake Missoula after having spread out over hundreds of miles of the Channeled Scabland were funneled through this single narrow opening only a few miles wide. During Ice-Age floods more water entered the Gap than could pass through, so the water backed up. Behind the bottleneck, floodwater rose to an elevation of 1,250 feet, almost a thousand feet above present river level. This forced floodwaters up the Yakima and Walla Walla river valleys, submerging Yakima and Walla Walla under hundreds of feet of water and backwater rose to almost a thousand feet over Richland. Surrounding ridgelines tell tales of the unique geology and cataclysmic forces that shaped the Columbia Basin. Treeless mountains (Badger Mountain, Rattlesnake Mountain, and Red Mountain) rise from the earth, great basalt remnants of the Ice Age floods. The Ice-Age floods' impact is also evident in the sediment layers at White Bluffs, in the unique vegetation of the shrub steppe, and in Columbia River bars. The basalt and lava landscape was carved by the great Ice-Age Floods. E. HOOD PARK - INFORMATION SHEET Hood Park, in Eastern Washington, is on Lake Wallula, formed by McNary Lock and Dam on the Washington/Oregon border. The park is three miles south of Pasco, Washington. From Pasco take U.S. Highway 12 East. After crossing the Snake River Bridge, take the first off ramp at the junction of State Route 124. Cross over the bridge and the park entrance is 65 yards on the left side of the road. Physical address: Hood Park, 592 Camp Circle, Burbank, Washington. This is not a mailing address. Hood Park has sixty-seven (67) fee collection campsites, all campsites are paved, and have electric hookups. All campsites are reservable. The camp-ground has a dump station, showers/restrooms, and playground. Each site has a fire pit/grill, picnic table, and is surrounded by green grass with mature shade trees scattered throughout the area. There is a day-use area next to the campground which includes grills, tables, horseshoe pits, basketball court, nature trails, swimming area, boat ramp, and a large group shelter. Pay phones are available in both the campground, and day-use areas. There is also a wildlife refuge next to the park which provides habitat for migration, waterfowl, bald eagles, shoreline birds, and other resident wildlife. There are fishing ponds in the habitat area. F. LOCAL AREA All the parks are convenient to the Tri-Cities where there are shopping malls, a semi-pro baseball team, and wineries. Ice Harbor Lock & Dam, located near Charbonneau Park has a visitor center, with fish viewing. There is also a wildlife refuge near in Burbank, which provides habitat for migrating, waterfowl, bald eagles, shoreline birds, and other resident wildlife. SITE VISIT INFORMATION SITE VISIT INSTRUCTIONS An organized site visit has been scheduled at the Lower Monumental Lock & Dam Project for: Date: Tuesday, January 19th Time: 12:00 Noon Location: Tri-Rivers Natural Resources office at Ice Harbor Dam Address: 2339 Monument Drive Burbank, WA 99323-8662 Site visit instructions: There will be only one site visit offered. Offerors planning to attend the site visit must e-mail patricia.thomas@USACE.ARMY.MIL or call (509) 527-7212 no later than 12:00 p.m. Tuesday, January 19, 2016. Site visit attendees must provide the following information when calling: (1) the name of the company being represented; (2) how many people are in the party; (3) the names of each person in the party. Each individual attending the site visit shall have picture identification on his/her person while visiting the project site. There shall be no substitutions of one individual for another. If an individual arrives for the site visit without having called ahead of time and/or without picture identification, that individual may not be allowed on the project. The point of contact for the site visit is: Pat Thomas, Purchasing Agent Patricia.Thomas@USACE.ARMY.MIL (509) 527-7212 Participants of the organized site visit must abide by the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1, latest version) in accordance with Section 5, "Personal Protective and Safety Equipment." It is the responsibility of the site visit participants to wear personal protective and safety equipment as required by this regulation. Closed-toed shoes and long pants are required. Failure to comply will result in denial of access to site visit location. ACCESS FOR FOREIGN NATIONALS: Foreign nationals must have received clearance prior to being granted access to the project site. Security clearance for foreign nationals to attend a site visit requires a minimum of 5 weeks. Please contact the Emergency Management Office at 509/527-7027 to request clearance. Failure to comply could result in denial of access to site visit location. The following have been deleted: PERFORMANCE WORK STATEMENT (End of Summary of Changes)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-Q-0020/listing.html)
 
Place of Performance
Address: 2339 Monument Drive, Burbank, Washington, 99323, United States
Zip Code: 99323
 
Record
SN03986321-W 20160110/160109132404-9bdcacccb56ac82476f46b4c8ec8730a (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.