Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2004 FBO #1080
SOLICITATION NOTICE

S -- Park Custodian at Venango Park, Kanopolis Lake Project Office, Marquette, KS.

Notice Date
11/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-05-T-0019
 
Response Due
12/17/2005
 
Archive Date
2/15/2005
 
Point of Contact
Mark Kraft, 816-983-3828
 
E-Mail Address
US Army Engineer District, Kansas City
(mark.e.kraft@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK PARK CUSTODIAN KANOPOLIS LAKE PROJECT OFFICE VENANGO PARK 1. SCOPE OF WORK: a. The Contractor shall furnish manpower, equipment, and material as specified, to perform park custodian services for Venango Park facilities and grounds at Kanopolis Lake, near Marquette, Kansas, as specified herein. Facilities subject to service shall b e as follows: Facilities/Areas Quantities* Comfort Stations 5 Water Fountains 8 Picnic Shelters w/tables 5 Tables (at campsites, picnic shelters and picnic areas) 265* Shower Building 1 Dump Station 1 Change Houses (Set) 1 Grills/Fire rings 330* Beach and Beach Parking Area 1 (3 acres)*** (Litter Pickup) D Loop and Loder Point Shoreline Areas 300 sq. yd. (Litter Pickup) Parking Lots 7 (2 acres)*** (Litter Pickup) Sidewalks 300 sq. yd. Roadsides 18 ac. (Litter Pickup) * Total number of tables (265) shall be subject to a variation of +/- 10% at no change in contract price. ** Total number of grills/fire rings (330) shall be subject to a variation of +/- 10% at no change in contract price. *** Quantities are estimated. The Contractor shall be responsible for determining quantities and conditions affecting the performance of this contract. 2. POST-AWARD CONFERENCE: After award, but prior to commencement of work, the Contractor shall contact the Project Manager to arrange a mutually agreeable time to meet at the Project Office for the purpose of discussing and developing a mutual understandin g of the requirements and details of the work. 3. DOCUMENTS AND CORRESPONDENCE: a. After award of contract, all documents and related correspondence shall be routed through the Contracting Officers Representative at the Project Office. b. The Contractor shall submit in writing, for approval of the Contracting Officers Representative at the Project, a detailed work schedule with an approximate time of performance (+/- 30 minutes) for all major cleanups. The purpose of the schedule is to insure that quality assurance inspection by Government personnel is compatible with the Contractors work schedule. The work schedule shall be submitted within 15 calendar days after starting date of the contract. Any proposed deviation from the approved s chedule shall be submitted in writing to the Contracting Officers Representative for approval prior to change. 4. DUTIES AND RESPONSIBILITIES: a. The Contractor is not required to live on site, but if the Contractor does move onto the site location, the contractor can move to the site locations a minimum of two (2) but not more than five (5) days prior to the start of the service period as specif ied . All costs for moving onto and from the location shall be borne by the Contractor. The Contractor shall remove his trailer and all personal property from Government furnished campsite not later than seven (7) days after the end of the service period. (1) The Contractor shall maintain the area where the trailer is parked in a clean and sanitary condition at all times. No dog pens, horse corrals, poultry cages or similar facilities for pets or raising of animals will be allowed. The Contractors pets s hall be confined on a leash of 6 feet or less in length. Flower or vegetable gardens will be allowed in the immediate area, as approved by the Operations Manager. (2) If the Contractor does not live on site, the Contractor must remain available to be called back to the park area to correct any noted deficiencies. b.To assist the visiting public in reclaiming lost articles, all property left by visitors and found during cleanup operations shall be turned in to the Project Office. c.Any evidence of vandalism, instances of facilities no operating properly, or are in need of repair, shall be promptly reported to project personnel. 5.WORKMANSHIP: a.Following cleaning, all surfaces shall be left in a clean condition, defined as being free of all particulate matter, film, spots, streaks, or removable stains. Glossy surfaces shall have been wiped or polished with a dry cloth to restore the original sheen. b.In order to assure that the required services are performed in a strictly first-class manner, the Contractor shall designate, in writing, a responsible member of each work crew who shall serve as the Contact for matters involving quality and performance or nonperformance of the required work assigned to that crew. The employee(s) designated in accordance with the above requirement shall be qualified and fully competent with full authority to act for, and on behalf of, the Contractor as necessary to insure that the work described herein is performed in accordance with these specifications. The Contractor shall furnish the above written designation to the Contracting Officers Representative at the project no later than the first day of work. The designation shall include the name(s), address (es), and telephone number(s) of the responsible individual(s). The Contracting Officer reserves the right to disapprove any individual whom he considers to be incompetent to perform the work required. Such disapprovals will be given to the Contractor by written notice, and the Contracting Officers decision shall represent a final decision. c.As each item or work is completed, the Contractors representative at the job shall enter the time that the item of work was completed on a Contractors Daily Worksheet. Completed and signed worksheets shall be delivered each day work is performed, as di rected by the Contracting Officers Representative. Contractor Daily Worksheet forms will be furnished by the Government. d. The Contractor or his responsible individual shall meet with the Contracting Officers Representative at the Project Office once each week, at a mutually agreed upon time, to coordinate his work schedule in compliance with the specifications and to arra nge a satisfactory operating agreement. e. All contractor personnel shall be fully clothed, at all times, while performing these services. Fully clothed shall be deemed to mean that a shirt (or T-shirt), trousers and shoes shall be worn at all times. Clothing shall be clean and neat in appeara nce. f. Contractor personnel shall utilize tact, diplomacy and courtesy at all times during contact with the public. 6. PERFORMANCE: a. Cleanup of facilities is directly related to public health and sanitation; therefore, it is essential that all facilities be serviced as specified. In the event that an area or facilities within an area are missed, or are not properly cleaned, the Contr actor agrees to return and re-clean the area or affected facilities immediately upon receipt of such notice from the Contracting Officer or his authorized representative. Failure to correct noted deficiencies will result in withholding payment for the work not performed. b. If it becomes apparent to the Government during the Contractors performance that the required services may not be completed within the timeframes required herein, the Contracting Officer may require the Contractor to provide additional labor and equipm ent at no additional cost to the Government. Such direction will be issued to insure that required services will be completed within the timeframes specified. c. NOTE: Equipment breakdown shall not relieve the Contractor of the responsibility of performing the work as specified. It shall be the responsibility of the Contractor to assure that he has, or can obtain on short notice, sufficient backup equipment to c ontinue the services as specified without interruption in the event of a mechanical failure of his primary equipment. 7. MAJOR CLEANUPS: Shower Building, Comfort Stations and Change Houses: a. Ceilings  Clean ceilings on inside and overhang on outside of buildings to remove spider webs, dust, bird and insect nests, dirt and insect spots. If soap or disinfectant is used, rinse with clean water and wipe dry. Permission to use power washers must be obtained from the Operations Manager or his authorized representative before use. b. Interior walls, shower stalls, benches, partitions, doors and refuse containers  Scrub with soap/disinfectant, scouring powder or other approved cleanser and water until clean. Use stiff bristle brush as necessary to ensure removal of all dirt, oil, lo tions, soap residue, calcium deposits or other residues and stains from all surfaces including soap trays, faucets, handicap bars, etc. Following scrubbing, all surfaces shall be rinsed with clean water and wiped dry. c. Stools  Waterborne (flush-type): (1) Scrub inside and outside until clean and rinse with clean water. (2) Clean and polish all bright metal fixtures. d. Wash basins: (1) Scrub inside and outside until clean and rinse with clean water. (2) Wipe with damp cloth to remove residue and streaks. Dry and polish (to include bright metal fixtures) with a soft cloth to restore sheen. e. Floors  Sweep, wash down with soap/disinfectant and water, wet mop, and dry mop or squeegee to remove excess water. All debris shall be removed from floor drains. f. Mirrors  Clean and polish to remove dirt, dust, smudges, and streaks. 8. MAJOR CLEANUP  Refuse and litter handling (facilities): a. All trash, litter, debris or residue on, within or immediately adjacent to facilities being serviced shall be picked up and placed in the nearest refuse container. At no time shall trash or debris be swept or washed out of a facility and left. b. Refuse containers located within the facility being serviced shall be emptied and a new plastic bag installed. The refuse shall be deposited in the nearest refuse container outside of the facility. 9. MAJOR CLEANUP  Refuse and litter handling (park areas, beach, shoreline areas, roadways and parking areas): To the extent required, all litter on and within mowed park areas, on the sand beach, on designated shoreline areas, and adjacent to roadways an d parking areas (within the park area) shall be picked up and placed in the nearest refuse container. 10. MAJOR CLEANUP  Sidewalks: a. All sidewalks at facilities being serviced shall be swept and hosed off. b. Stains and residue not removed by sweeping and hosing shall be scrubbed with soap solution and stiff bristle brush as necessary and rinsed with clean water. c. Walks shall be squeegeed to remove excess water. 11. MAJOR CLEANUP  Water fountains: a. Water fountains at facilities being serviced shall be cleaned each time the facility is serviced. Residue and stains shall be removed by scrubbing with cleanser/disinfectant. Fountains shall be rinsed with clean water and wiped dry. 12. MAJOR CLEANUP  Sanitary dump station: Dump station shall be cleaned with a cleaner/disinfectant and rinsed with clean water. 13. MAJOR CLEANUP  Charcoal grills, fire rings: a. Grills and fire rings shall be cleaned of debris, ashes and other foreign matter. Cooking surfaces shall be brushed or scraped to remove residue. All debris, litter, ashes and coals on the ground in the immediate vicinity of grills and fire rings shall be disposed of as directed by the Contracting Officer or his authorized representative. b. Grills and fire rings shall be cleaned of debris, ashes and other foreign matter. Cooking surfaces shall be brushed or scraped to remove residue. All grills and fire rings shall be disposed of as directed by the Contracting Officer or his authorized rep resentative. 14. MAJOR CLEANUP  Tables: (Located at campsites and picnic areas) a. Brush table tops and seats and wipe up spills. b. Notify project personnel if power washing is required. 15. MAJOR CLEANUPS  Picnic Shelters w/Tables: a. Brush table tops, seats, and wipe up spills. b. Sweep floor, remove debris, insect webs, nests and bird nests. c. Notify project personnel if power washing is required. 16. MINOR CLEANUP  All Facilities: The degree of cleanliness required following a MINOR CLEANUP shall be the same as would be expected upon the completion of a MAJOR CLEANUP. However, when MINOR CLEANUPS are specified, the Contractor need perform only the applicable steps specified under MAJOR CLEANUP (above) necessary to ensure that the facility is clean (See WORKMANSHIP paragraph 5). 17. MISCELLANEOUS DUTIES: The Contractor shall perform the following duties at each cleanup, whether major or minor: a. The Contractor shall display a sign reading CLOSED FOR CLEANING at the entrance of all facilities during cleaning operations. b. All paper shall be protected to prevent wetting during cleaning operations. Care shall be taken to avoid wetting hand dryers, electrical fixtures, etc., during cleaning. c. All toilet paper dispensers on structures serviced under this contract shall be kept fully supplied. d. Following cleaning, all bright surfaces (to include, but not limited to, chrome or bright metal, porcelain, ceramic tile, glossy painted surfaces, etc.,) shall be buffed when dry with a soft dry cloth to remove any remaining film and restore sheen. 18. DAY USE FEE COLLECTION: The Contractor (one person minimum) shall be on-site and personally perform or provide personal superintendence of the performance of the following duties: a. Maintain fee booth in a clean and sanitary condition at all times. Pets will not be allowed in the fee booth. Smoking will not be allowed in the fee booth. b. Hand out information pamphlets, copies of Federal Regulations, campground maps and other items as required. Keep a copy of all pertinent information on bulletin boards. Explain or clarify certain regulations and policies (Alcohol and Pet prohibition) when visitors enter the beach area. A neat appearance, tact, diplomacy and courtesy shall be exercised at all times in dealing with the public. c. The Contractor shall utilize a government furnished cash register and other necessary supplies for the purpose of fee collection and permit issuance. d. The Contractor will submit all fees to the Ranger on Duty at the end of the service day and will be present to receive a proper receipt. e. The Contractor will furnish their own change fund. f. The Contractor shall maintain an open line of communication to the Corps at all times. During the hours in which the booth is open and occupied, the Corps furnished radios will be turned on and up so that messages can be transmitted and received. Radi o malfunctions shall be immediately reported to the Corps. g. The Contractor shall exercise prudent judgment in accepting personal checks. h. The Contractor shall cooperate with Corps of Engineers employees and contractors performing work for the Corps. Allow the Corps to utilize, for Government business, any communication facilities the Contractor has available for use in performing the wor k under this contract. The fee booth shall be used for business purposes only. Unauthorized personnel will not be allowed in the booth. i. During periods of inclement weather or low visitation, the government reserves the right to cancel all or part of a duty shift at no cost to the government for the work not performed. 19. PERIOD OF CONTRACT: Services shall be performed in accordance with the schedules shown below for the period 16 April through 30 September. 20. TIME OF PERFORMANCE: a. Services shall be performed in accordance with the schedule shown below for the service period of 16 April through 30 September. The schedule shall be subject to change with one (1) weeks advance notice. Rescheduling will not affect the total number of hours worked per week. FACILITIES DAY OF WEEK S M T W TH F S Picnic Shelters w/tables 0 1 0 - 0 1 0 Comfort Stations* 2 1 1 - 1 1 2 Change Houses (Set) 2 1 0 - 0 1 2 Shower/Latrine 2 1 1 - 1 1 2 Dump Stat ion 0 1 0 - 0 0 0 Water Fountains (not at facilities) 0 1 0 - 0 1 0 Water Fountains (at facilities) Each time facilities are cleaned Beach & Beach Parking Area (Litter Pickup) 1 1 1 - 1 1 1 Parking Lots and Roadsides (Litter Pickup) 1 1 1 - 1 1 1 Grills/Fire rings Once during the week Tables (at campsites and picnic areas) Once during the week Sidewalks Same as facilities at which sidewalks are located Legend: 1 = MAJOR CLEANUP, once daily, between 6 a.m. and 1 p.m. 2 = MINOR CLEANUP, once daily, between 6 a.m. and 1 p.m. - = NO SERVICE REQUIRED. (Wednesday is Contractors day off.) * On Memorial Day (Monday), 4 July, and Labor Day (Monday), the comfort stations and shower/latrine shall receive two (2) minor cleanups daily (one between 6 a.m. and 10 a.m. and one between 4 p.m. and 10 p.m.) regardless of the day of the week. b. Major and Minor cleanup starting times may be adjusted within the scheduled workday (6 a.m.  10 p.m.) by the Operations Manager giving the Contractor 48 hours advance notice of such changes. c. Day Use Fee Collections Services shall be performed on Saturday, Sunday, Memorial Day, July 4th and Labor Day, beginning 15 May  15 September from 12:00 p.m.  7:00 p.m. d. Payment will not be made for Fee Collection Services not performed. During periods of inclement weather or low visitation, the Corps reserves the right to cancel duty shifts at no financial obligation to the government. e. All work shall be accomplished within the timeframes specified above. Services rendered outside the time periods specified will not be compensated for unless specifically approved in writing by the Contracting Officer or his authorized representative. 21. GOVERNMENT-FURNISHED EQUIPMENT, MATERIALS AND SUPPLIES: a. The Government will provide a campsite for the Contractors trailer, and utility hookup consisting of water, electricity, sewer and telephone. In addition, the campsite will include a storage building, picnic table, refuse container and refuse collectio n service. b. Government-Furnished Property  The Government will furnish to the Contractor the following identified property to be used in performing the contract. When the property is delivered, the Contractor shall verify its quantity and condition in writing to t he Contracting Officer or his authorized representative on Memorandum Receipt, ENG Form 4866, within 24 hours of receipt. Damages will be reported in writing, to the Contracting Officer or his authorized representative within 72 hours. Item (description) Quantity Where Available Approx. Value Radio (Government frequency) 1 Project Office $700.00 c. Government-Furnished Consumable Items  The Government will furnish to the Contractor the following consumable items, exempt from accounting procedures as per EFARS 45.105(a) will be furnished to the Contractor by the Government from stock. The Governme nt will retain control of expendables, to be dispensed on an as-needed basis for use in performance of the contract. (1) Trash bags, maps, brochures and other handout materials (2) Water for cleaning (3) Baseball cap, name tag, and Contractor Daily Worksheets (4) Keys (5) Toilet Tissue 22. CONTRACTOR-FURNISHED EQUIPMENT AND SUPPLIES: The Contractor shall furnish the following: a. All manpower necessary to accomplish the required-work. b. If the Contractor lives on site, a mobile travel trailer, motor home or approved equal, containing sanitary facilities and all equipment necessary for habitation. Tents or Pop-Up type tent campers will not be permitted. The unit shall present a neat a ppearance when parked at a location designated by the Project Manager. If self-propelled units are utilized, they must remain on jacks (blocked up for the duration of contract), and will not be used as transportation. (1) Telephone and installation at trailer site. c. Transportation vehicle(s), other than specified in 2.b., ab ove, for use in performing the requirements of this contract. d. The Contractor shall furnish all necessary equipment and supplies such as brooms, brushes, squeegees, cleansers and disinfectants and all other equipment and supplies necessary to accomplish the required work. The Contractor shall also furnish a sign re ading CLOSED FOR CLEANING, which shall be displayed at the entrances of facilities while cleaning services are being performed. e. All Contractor-furnished equipment and supplies shall be approved by the Operations Manager prior to initial use. 23. CONTRACTOR SHALL MEET THE FOLLOWING BONDING REQUIREMENTS a. Contractor shall furnish a surety bond or letter of credit for the protection of the Government in an amount equal to $1,000.00 b. The Contractor shall furnish all executed bonds, including any necessary reinsurance agreements, to the Contracting Officer either at the prework conference or prior to starting work on the first day of the service period. 24. GENERAL SAFETY REQUIREMENTS: a. In order to provide safety controls for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies and equipment; and for avoidance of work interruptions in the performance of his contract , the Contractor shall comply with all pertinent provisions of the Federal, State and local regulations and shall take or cause to be taken such additional measures as the Contracting Officer may determine to be reasonable and necessary for the purpose. b. Contractor vehicles shall be equipped with 4-way flashers and turn signals in operating condition. Flashers shall be activated when vehicles are parked on, or traveling slowly along roadways. c. Any injury, property damage, equipment malfunction or safety hazard observed by the Contractor shall be immediately reported to Project personnel. 25. INSURANCE a. The Contractor shall, at his own expense, provide and maintain during the entire performance period of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer, in writing, that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that an y cancellation or any material change adversely affecting the Governments interest shall not be effecting (1) for such period as the laws of the State, in which this contract is to be performed, prescribe or (2) until 30 days after the insurer or the Cont ractor gives written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of this clause, including Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the Contract. The Contractor shall maintain a cop y of all subcontractors proofs of required insurance, and shall make copies available to the Contracting Officer upon request. Any applicable insurance requirements will be posted on the KC District website. Maps of Kanopolis Lake will be posted on the Kansas City Army Corps of Engineers website. Hard copies are available upon request. The USACE-NWK website is www.nwk.usace.army.mil . Solicitation W912DQ-05-T-0019 will be posted on the Kansas City Army Corps of Engineers website (www.nwk.usace.army.mil) on or about November 8, 2004. Technical contact on this contract is Ken Nelson. Ken can be reached at 785-546-2294.Administrative contact on this contract is Mark Kraft. Mark can be reached at 816-983-3828. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA41/W912DQ-05-T-0019/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00705558-F 20041110/041108211901 (fbodaily.com)
 
Source
FedBizOpps.gov 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.