Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
SOLICITATION NOTICE

M -- GATE ATTENDANT AND FEE COLLECTOR

Notice Date
12/29/2016
 
Notice Type
Presolicitation
 
NAICS
721211 — RV (Recreational Vehicle) Parks and Campgrounds
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-T-0025
 
Archive Date
2/28/2018
 
Point of Contact
Josephine E. Baran, Phone: 410-962-0972, Patricia Morrow, Phone: 4109623463
 
E-Mail Address
Josephine.E.Baran@usace.army.mil, patricia.l.morrow@usace.army.mil
(Josephine.E.Baran@usace.army.mil, patricia.l.morrow@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
It is anticipated that the solicitation document will be available at FBO o/a 05 January 2017. Following is an excerpt from the performance work statement. Tioga-Hammond Lake Project (Government) requires Park Attendant services at the Ives Run Campground at the Hammond Lake. Ives Run Campground is located on State Route 287, approximately 5 miles south of Tioga, PA. Ives Run Campground contains 187 campsites. The campground has restrooms, laundry and shower facilities, a sanitary dump station, playground, amphitheater, boat mooring, and boat ramps. One Base Year and three Options Years as renewed by the Government.Prior to the start of work, all Park Attendants are required to attend a two (2) day training/pre-work conference/ briefing at the Ives Run Campground Office at no additional cost to the government. Lunch shall not be provided. The briefing sessions shall be held on 27 & 28 April 2017. The briefing shall be from 9:00 AM to 4:00 PM. Failure to demonstrate the ability to operate the Field Manager platform at the end of these sessions will be grounds for termination of the contract. Pre-work conferences shall be held in subsequent years on a mutually agreed upon date prior to the first day of performance at no additional cost to the government. The conference(s) shall provide guidance on how to comply with the USACE Recreation Use Fee SOP (RUFSOP), implementing EC 1130-2-500 Chapter 9, completing user permits and receipts, collecting and accounting for user fees, operating applicable equipment and computer programs, processing credit card transactions, reserving facilities, recording pertinent data, and effectively dealing with customers. An overview of Park Attendant responsibilities and policies outlined in the contract and the Park Attendant Handbook shall be presented. (NOTE: The number of orientation days may be decreased according to the Park Attendant's knowledge and experience with the NRRS program.) (NOTE: At the conclusion of orientation, Park Attendants shall be required to demonstrate their ability to proficiently operate required computer programs and credit card equipment, as applicable.) Prior to commencement of work, all contracted Park Attendants shall complete and submit in full, all necessary information required by the U.S. Army Corps of Engineers Baltimore District Security Office (Security Office), to complete a background check or National Agency Check with Inquires (NACI), for each team member (spouse, partner, etc.), who are living onsite and/or assist the contractor collect government funds in any way. The contractor shall provide a list of Park Attendant names, email addresses and phone numbers to the Government. The purpose of the investigation is to establish reliability, trustworthiness, conduct and character. Park Attendants shall complete Standard Form-87 (Office of Personnel Management Fingerprint Card) including fingerprints, full name including middle name, signature of person Fingerprinted, residence of person fingerprinted, social security number, sex, race, height, weight, eyes, hair, date of birth, and place of birth. Additionally, Gate Attendants shall complete Optional Form-306 (Declaration for Federal Employment). Upon completion of these forms, each Park Attendant shall mail these forms directly to the Security Office for processing. Each Park Attendant shall receive a Personnel Security Investigation Portal (PSIP) request via email from the Security Office and has up to 5 days to complete. All information received as a result of a background check shall be held in confidence and handled according to Privacy Act regulation. Security Office shall process this information and communicate any concerns to the Contracting Officer related to the purpose of the investigation. Successfully passing the NACI for each Gate Attendant is a prerequisite to work for this contract. Each applicable person is required to complete 1 background check or NACI, within the designated contract period. Park Attendant duties shall include but are not limited to providing information and assistance to customers; performing campground status checks; collecting camping fees; issuing user permits and vehicle passes to campers; and selling America the Beautiful and USACE Annual Fee Passes in accordance with the training provided at the orientation session and guidance provided in the Park Attendant Handbook and provided regulations. In addition to manning the entrance station/gate house, Park Attendants shall conduct two (2) campground status checks daily that shall include checking the boat mooring area. Status checks may include informing customers of minor discrepancies and violations of camping rules. Status checks shall be done prior to the gatehouse/entrance station opening times designated in Section 3.2 and Appendix A. During checks Attendants shall check campers who may have arrived overnight. The last check shall occur after closing the gatehouse/entrance station per the scheduled hours and will include putting the reserved cards on sites that have not arrived before the end of the shift. A campground onsite and arrival list shall be given to the volunteer attendants, park rangers, and on duty camp hosts as needed. Park Attendants shall work closely with volunteers to assist in operation of the campground. Park Attendants shall (excluding mowing) maintain the gatehouse/entrance station, parking lot and the area within a 100 feet radius in a clean, professional, and presentable condition. This includes cleaning floors, counters, light fixtures, interior walls windows, restroom, walkways, sidewalks etc. Cleaning supplies or equipment are not provided. Park Attendants are advised that the gatehouse/entrance station is not for the exclusive use of the Park Attendants and may be used for other purposes in addition to the purposes under this contract. Any signs posted must be pre-approved by the Government. Smoking shall not be permitted within 100' of the gatehouse/entrance station. No personal property shall be stored within the gatehouse/entrance station.Separate payment will not be made for expenses incurred as a result of banking expenses, transportation costs, postage or any other expense resulting from performing contract specifications. These expenses should be included in the bid price.Park Attendants shall furnish a telephone for use inside their camper, trailer or motor home. Telephone must be compatible for use with either a rotary or touch-tone system. If a cellular telephone is used, it must have service within the vicinity of the Park Attendant's campsites. The Park Attendant will be provided one site in the Ives Run Volunteer Village that provides water, 50 amp electric service and sewer. The on-site Contract Manager/Quality Control Representative/Park Attendants shall make themselves available for a weekly performance meeting with the Government or designated representative during duty hours. A mutually agreeable time and date for the meetings shall be determined after award of the contract. Park Attendants are responsible for ensuring professional and effective communication with other Park Attendants, Volunteers, Government employees, contractors responsible for operation of the campground and the Tioga-Hammond Project. This is to provide and ensure consistent operation of the gatehouse/entrance station and campground. If a misunderstanding, disagreement, conflict, etc. should arise, it is the responsibility of the involved parties to effectively and professionally try to resolve the issue in an expedient manner. If a reasonable resolution cannot be reached by both parties, the COR, or his/her authorized representative, should be notified as soon as possible. Failure to effectively communicate with the others responsible for operation of the may be grounds for termination of this contract. All contractors are subject to unannounced and unscheduled field audits of Government funds, property, computer transactions, change fund, and all fee collection records. In addition, an audit of the contractors' performance and compliance, as required by this contract, will also be conducted unannounced and unscheduled (i.e. compliance to gatehouse/entrance station hours of operation, uniform dress policy, performance work statement, caretaker performance/compliance, etc.). Any discrepancies may be grounds for termination of contract. The COR, or his/her authorized representative will conduct all audit(s).Pets are restricted according to Corps of Engineers regulations (Title 36 CFR). Dog yards and runs shall not be permitted at Park Attendants' sites. Pets are restricted to the interior of Park Attendants' living quarters. When outside, pets shall be kept on a leash 6' or less in length, or otherwise physically restrained, at all times. The Government shall have the option of approving or disapproving portable cages or containers for temporary (daytime) outdoor confinement of pets. All pets shall be confined or restrained in a manner that shall prevent physical contact with visitors that come to the Park Attendants' living area or quarters for assistance. Pets shall not be allowed in or near the gatehouse/entrance station (NO EXCEPTIONS). Park Attendants shall be liable for any damage to government facilities, park visitors' property, or personal injuries caused by their pets. Park Attendants shall be responsible for daily cleanup of their pet's waste and disposing of the same in an approved, sanitary manner. Pets shall be kept clean, free of foul odors, and have all vaccinations as required by the state laws in effect at the park's location. Park Attendants are responsible for effectively controlling all pests or parasites associated with pets. Failure to comply with these provisions could result in termination of the contract.Park Attendants are responsible for maintaining the area around the provided camp site in a neat and clean condition at all times that will be determined by the Government. The Government shall provide mowing services. Gardens are not permitted.Park Attendants' crafts and other personal activities/hobbies shall be restricted to their living quarters.SAFETY: The contractor shall provide the government with a written accident prevention plan, which includes a comprehensive Activity Hazard Analysis, no later than the orientation session scheduled for April of 2017. The accident prevention plan shall provide all the necessary information required by EM 385-1-1, Safety and Health Requirements Manual which can be accessed at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf All safety plans must be acceptable to the government before work commences. Any discrepancies shall be corrected prior to work being accomplished until the Plan is in accordance with EM 385-1-1.5.3.2. No payment shall be made for days Park Attendants fail to perform contractual responsibilities. Short periods of absence may be approved on an individual basis, depending on need and contractual demands. No payment shall be made for days of non-performance, including those due to Park Attendants' illness or personal matters. If Park Attendants choose to reside on site, they shall furnish a factory-built, "self-contained" recreational vehicle (RV) of the travel trailer or motor home type to serve as temporary living quarters for the duration of the contract. Units shall be factory made, neat in appearance and acceptable to the Government. The unit shall be equipped with electrical hookup not to exceed 50 Amp service. Maximum size of the trailer or motor home shall be determined by physical limitations of the site furnished. Pickup shell-type campers, pop-up tent trailers, tents, mini-travel trailers, mobile homes, converted buses, or other RV's which do not present a professional appearance or the "self-contained" classification as determined by inspection of the Government or his/her representative, shall not be acceptable. Park Attendants shall provide and maintain a fully operational vehicle, which can be utilized independently of their RV, for purposes of personal or contract-related transportation. All motor vehicles, including motor bikes and similar vehicles used by Park Attendants, shall be properly licensed, comply with all applicable state laws, and shall be operated in a safe and legal manner. The contractor shall ultimately be responsible for claims arising out of careless, negligent, or unsafe operation of vehicles and any resulting damage to personal or Government property. Insurance and bonding are required and details will be provided under the solicitation.Park Attendants must be a minimum two (2) person team, at least 18 years of age, who are both physically and mentally capable of performing the contractual responsibilities specified for the duration of the contract, including required option periods. Due to the nature of the services to be rendered, Park Attendants shall be in good general health, have eyesight correctable to 20/20 (Snellen) and be capable of hearing, or correctable to hear, normal conversation. Park Attendants must be able to read and speak the English language with the equivalency of a high school graduate and have the ability to count money, make change, add columns of figures, input computer data, and write legibly.Park Attendants shall be computer literate to the degree of basic typing, keyboard operation, and the ability to operate a Windows based computer program. The Government reserves the right to require Park Attendants to demonstrate adequate proficiency prior to the start of each contract year.Contractor services may be terminated if the Contracting Officer determines campground attendant services are no longer needed due to unforeseen closures of campground or its major facilities (e.g.: beach, boat ramp, restroom, campground). Unforeseen closures may include, but are not limited to, closure resulting from budget constraints, management changes, natural disasters, floods, storm damage, infrastructure failure, and/or previously unknown safety hazards. In the event of a partial or full Government shutdown, the contractor may not be paid for the days he / she does not work if the campground is closed. In addition, if the camping season is shortened, the contractor may not be paid for the days he or she does not work if the campground is not open for the full number of days listed in the contract. The contractor may not terminate this contract. Breach of contract and/or voluntary termination of contract without sufficient cause, or if the contractor fails to complete the contract through the specified term, may cause the contractor to be subject to re- procurement costs. The contractor's failure to comply with the contract specifications may be grounds for suspension or disbarment for an unspecified period of time, not to exceed three years. Acceptance of the contract shall be evidence of such knowledge, approval, or acquiescence of all contract specifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-T-0025/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Tioga-Hammond/Cowanesque Lakes, Ives Run Campground, Tioga, Pennsylvania, 16946, United States
Zip Code: 16946
 
Record
SN04360535-W 20161231/161229233837-c9a2fc6b3980975165b0635b4d1ea09e (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.