Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2005 FBO #1460
SOLICITATION NOTICE

M -- Student Housing Opperation Services

Notice Date
11/23/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
WASO-WCP Denver Contracting & Procurement P.O. Box 25287 MS WCP Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
Q2670060001
 
Response Due
12/23/2005
 
Archive Date
11/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
STUDENT HOUSING OPERATION SERVICES - This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEM SERVICES prepared in accordance with the format in FAR subpart 12.6., as supplemented with additional information included in this notice included in this notice. This announcement constitutes the only solicitation, and proposals are being requested on or before 4:00 p.m. MST, December 15, 2005. A WRITTEN SOLICITATION WILL NOT BE ISSUED. The NAICS for this procurement is 561210. Award will be a firm-fixed price contract for a base period and 4 option periods. Bid Schedule as follows for the base period: CLIN 0001,Cost of cleaning a room/1 ea (2,000 room cleanings); CLIN 0002, Resident Manager Salary/year, 1ea; CLIN 0003, Resident Assistant Manager Salary/year, 1 ea; CLIN 0004, Office Equipment and Supplies/year, 1 ea; CLIN 0005, Linen Supply/year, 1 ea; CLIN 0006, Laundry/year, 1 ea (2,000 turnovers); CLIN 0007, Minor Maintenance/year, 1 ea; CLIN 0008, Reservation System/ea, (1,000 bookings); CLIN 0009, Supplies and Materials/year, 1 ea. The above is based on 6,000 room nights, with and estimated churn rate of 2,000 nights. Provide unit prices and extended amounts for each of the above CLIN's in your price proposal. Include a grand total for all CLINs and all years. The following FAR clauses are applicable and can be found at www.arnet.gov: FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5. In accordance with 52-212-2, the following technical criteria will be evaluated in order of escending importance: 1) Past Performance - offerors list of references from same or similiar type contracts, POC, telephone numbers, fax numbers, e-mail addresses for all contracts in past 3 years. NPS specific experience will be given a higher rating 2) Price - in accordance with bid schedule above. 3) Technical Approach to the Statement of Work - two elements: a) Guest Service Management b) Front Desk Operations. Wage Determination Number apply as follows: 94-2024 (Rev. 26) Request offeror provide 1 original with 3 copies of technical proposal and 1 original with 1 copy of price proposal along with reps and certs 52-212-3, a complete bid schedule for base period and all option years. The technical proposal shall address the evaluation criteria above. Mail offer to: National Park Service, Leonard Spakow, Contracting Officer, 12795 W. Alameda Parkway, PO Box 25287, MS: WCP, Denver, CO 80225-0287. All responses must be received by date and time established in this announcement to be considered responsive. For questions: contact Lenny Spakow at 303-987-2353. SCOPE OF SERVICES HORRACE M. ALBRIGHT TRAINING CENTER STUDENT HOUSING OPPERATION SERVICES GRAND CANYON. AZ 1) INTRODUCTION AND BACKGROUND: The Department of Interior (DOI), National Park Service (NPS), Horace M. Albright Training Center (HOAL) seeks to award a Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract to one responsible firm for Hospitality Services related to guest management services for student housing, and janitorial services for the training building. This contract is for one BASE YEAR and up to FOUR OPTION YEARS (to be awarded at the option of the Government). The Contractor shall provide services for hospitality and guest management services for student housing, and janitorial services for the training building at the National Park Service, Horace M. Albright Training Center, located in the Grand Canyon National Park FACILITY DESCRIPTION: The HOAL is located approximately 90 miles from Flagstaff, AZ at the south rim of the Grand Canyon and fully within Grand Canyon National Park. The site includes approximately 10 acres. The facility includes Kowski Hall, which is the principal training building with newly renovated classrooms fully equipped with state-of-the-art audiovisual presentation systems. The building is approximately 13,000 square feet including three major classrooms, three smaller classrooms, 12 offices, 2 restrooms, and various storage spaces. Housing for students is provided in five apartment buildings adjacent to Kowski Hall. The apartments are designed for individual occupancy with 69 single-person units. In addition, one of the apartment buildings includes two, two-bedroom units that are not part of this contract. Apartments are efficiency units with a living room/study area, full bathroom and kitchenette. Each building has units on two floors with the second floor accessible only by exterior stairs. All units are walking distance to Kowski Hall. For a site map, see Attachment C. A student lounge is in one building. The HOAL was renovated in 2004-2005 and there is no track record that is reliable to forecast use. Expectations are that the NPS Fundamentals II course will be presented 20-24 times a year, every year. This is a two-week course with 28 students per course with two course presented simultaneously. This program alone is anticipated to result in approximately 7,000 guest/nights per year. Attendance at training programs will vary with the season with programs running year-round. August, and September are the slowest months. The HOAL is available for training use for 47 weeks per year, excluding the one week period over the Thanksgiving holiday and the two week period over the Christmas and New Years Holiday, the one-week period at July 4 and the one-week period at Memorial Day. Grounds consist of approximately 10 acres of woodland surrounding the training building, one-quarter mile of parking lot, and 2000 feet of sidewalk. 2) GENERAL REQUIREMENTS PERFORMANCE OBJECTIVES: The Contractor is fully responsible for providing in a reliable, cost-effective and timely manner all the services necessary to ensure the successful operation of the HOAL and in such a fashion as to not impact the operations of the HOAL, disrupt its programs or exceed the approved annual budget. This includes management, staffing, administration and technical expertise necessary to meet the responsibilities listed in the contract. These specifications state the performance objectives to be achieved by the Contractor. Performance objectives are purposefully defined to mean results or goals to be achieved, with the expectation that the Contractor will exercise latitude in providing suggestions and recommending alternative facility operations and service plans. The Contractor shall work closely with the Contracting Officer Representative (COR) to coordinate services and procedures, prepare and review budgets, schedules and the performance of work and identify and remedy problems before they impact HOAL operations and its programs. The Contractor will provide the highest level of service at the most reasonable cost for each of the responsibility areas of: Front Desk Operations; Hotel Reservations; Housekeeping/Janitorial in Kowski Hall and Apartment buildings; Laundry; Minor repair/maintenance of the apartment buildings; Sweeping, litter control, minor gardening, and walkway snow removal on exteriors. HOURS OF OPERATION: Normal hours for will be 6:30 a.m. through 7:30 p.m., Monday through Friday, year round and excluding Federal holidays. RESPONSIBILITIES EXCLUDED FROM THE CONTRACT: Trash/solid waste pickup and offsite disposal; Security and fire suppression; Maintenance and repair of electrical distribution system; Telecommunication equipment and systems operations and maintenance; Computer/network equipment and systems operations and maintenance; Audio-visual equipment and systems operations and maintenance; Roadway snow removal; Course and meeting registration; Facility engineering, major repairs and structural repairs; Authorizing the use of meeting rooms and lodge rooms. TRANSITION REQUIREMENTS ON SUCCESSOR CONTRACT: Transition requirements will be negotiated among the Contractor, the successor Contractor and the Government; All services required under this contract shall be maintained during this period; FACILITY OPERATIONS PLAN: The objective of the Facilities Operations Plan (FOP) is to provide a comprehensive document that explains in detail the day-to-day operations plan for HOAL guest services. The FOP shall be submitted NLT ninety (90) days after award of the contract. CONTINUITY OF OPERATIONS: must be maintained at the utmost proficiency without interruption and that the continuity of contract operations is the responsibility of the Contractor. The contractor shall submit an Emergency Response, safety/fire prevention program plan, and quality assurance plan to the COR for review NLT ninety (90) days after contract award. FACILITY SECURITY/CONTROL: GENERAL REQUIREMENTS; The Contractor shall establish and maintain a program for the use, maintenance, repair, protection, and preservation of Government property (including Government-furnished and Contractor-acquired property) in accordance with sound business practice and the applicable provisions of FAR Subpart 45. EQUIPMENT INVENTORY: Annually, the Contractor and the Government will complete a joint inventory of all GFP. EQUIPMENT WARRANTIES: The Contractor shall track warranties on all equipment purchased and installed. KEY CONTROL SYSTEM: New electronic locks and keys were installed and will be operated and maintained by the Contractor. The contractor shall establish a PROPERTY CONTROL SYSTEM system to track property in such a way as to minimize loss, ADP HARDWARE/SOFTWARE: The Government will not provide the Contractor with hardware and software. The Contractor shall identify an integrated system covering systematic reporting, tracking, and scheduling requirements. Areas to be covered include: preventive maintenance, reservations, emergency/service calls, accounting/invoicing, staff utilization, inventory management, etc; The HOAL will be operated as a "paperless" environment, with electronic record retention where practical. After reviewing the HOAL ADP platform, the Contractor shall submit additional software/hardware requirements, as well as recommendations on how to create a "paperless" environment NLT ninety (90) days after contract award. . SERVICES, SUPPLIES, MATERIALS, EQUIPMENT FURNISHED BY THE CONTRACTOR: The Contractor shall make recommendations on the services, supplies, materials and equipment, above and beyond that already available, required to operate the HOAL and to procure or lease in accordance with the requirements set forth in the contract. 3) GUEST SERVICES MANAGEMENT OBJECTIVES: The Contractor as guest services manager, is fully responsible for providing, in a reliable, cost-effective and timely manner, all the services necessary to ensure the successful operation of the HOAL in such a fashion as to not negatively impact the operations of the HOAL, disrupt its programs or exceed the approved annual budget. This includes management, staffing, administration and technical expertise necessary to meet the responsibilities listed in the contract. PERSONNEL- EMPLOYEES: The Contractor shall designate an on-site Project Manager/General Manager in writing who has complete authority to act on behalf of the Contractor during the term of this contract; The Contractor shall coordinate the need for and obtain the approval of the COR prior to the replacement of all key personnel; All matters pertaining to the employment, supervision, compensation, promotion, and discharge of such employees are the responsibility of the Contractor, which is in all respects the employer of such employees and shall prepare and maintain an up-to-date personnel listing for all contract employees, subcontractors, and their areas of responsibility. EMPLOYEE IDENTIFICATION: The Contractor shall provide all employees with an identification badge. APPEARANCE OF CONTRACTOR PERSONNEL: The Contractor and COR will develop a uniform standard for all Contractor employees. Uniforms, logos and colors used will be standardized to fulfill HOAL graphic and identity expectations; UNIFORMS. All personnel working in the facility on a day-to-day basis, including on-site supervisors, shall wear an approved uniform such as coveralls, uniform shirt and trousers, or uniform blouse and skirt or slacks. Supervisors shall be easily recognizable, through either distinctive clothing or an easily read badge or monogram. Every employee shall be in uniform prior to entrance on duty. EMPLOYEE CERTIFICATION- LICENSES, PERMITS AND BONDING: All Contractor and subcontractor personnel engaged in the activities specified by this contract shall be required to possess certificates of training, licenses, permits and bonding as required by the State, county or other local jurisdictions and as specified in the contract for each activity they will be directly engaged in or supervise. SCHEDULE/SUBMITTALS: The Contractor shall have available a complete listing of all required certificates of training, licenses, permits and bonding (or Employee Dishonesty Insurance Coverage) required for each employee on the contract available for review by the COR as needed; SUPERVISION: The Contractor shall ensure that all work required by this contract is satisfactorily supervised. Supervisory employees must be able to read, write and speak English; QUALIFICATIONS OF THE GENERAL MANAGER: The General Manager shall possess at least five (5) years of recent (within the past fifteen years) responsible experience in the management and supervision of comparable facilities including housekeeping and guest services at facilities having the approximate size, characteristics and service mix at HOAL. Experience in resident adult education and guest services/hospitality is highly desirable. The General Manager should have demonstrated skills and knowledge in planning for and establishing or maintaining the management and structural organization needed to continue full, unimpeded operations of HOAL. The Contractor shall submit to the COR a detailed resume that may help the COR understand the effort and reasons justifying the employee's selection. QUALIFICATIONS OF SUPERVISORY EMPLOYEES: All supervisory personnel other than the General Guest Services Managers shall possess at least three (3) years of recent (within the past five years) experience in supervising personnel and demonstrated responsible and successful work experience in their areas of specialty. Experience in resident adult education and guest services/hospitality facilities is highly desirable. . REVENUE ACCOUNTING: All revenues collected belong to the Government; The Contractor shall maintain books and records reflecting the results of operations. The Contractor shall develop and maintain a level of record keeping sufficient to accomplish the above functions and provide comprehensive, timely, and accurate reports. 4) FRONT DESK OPERATION OBJECTIVES: The quality of guest services including food service, overnight accommodations and the enthusiasm and responsiveness to resident student needs and questions represents a major aspect of the training experience at HOAL. The primary objective of these services is to offer a comfortable environment where students can learn, rest, interact with fellow students and HOAL staff and find quiet personal time. The Contractor shall endeavor to deliver guest services in such a way that the student or guest encounters no inconveniences or conflicts that would distract from their training experience. Lodging and the Social Center are provided strictly as a support service to enhance the learning environment. It is important that all guest services be managed to enhance this experience. Guest services will be managed and coordinated from the Front Desk operation. GENERAL REQUIREMENTS: The Contractor shall operate a traditional hotel-style Front Desk operation at the HOAL and coordinate student and guest attendance with housekeeping. The Front Desk shall serve as the primary contact point for overnight residents only; The Contractor shall implement a diligent and comprehensive training effort to ensure that Front Desk staff is well versed in hospitality and pays close attention to visitor services and needs. HOURS OF OPERATION: Front Desk hours of operation will be open from 8:00 a.m. to 5:00 p.m. Monday through Friday excluding Federal holidays. A "night service" will be available via a resident manager living on site 24 hours a day, seven days a week, all year. The HOAL anticipates having resident operations on campus approximately 20 weekends per year. MANAGEMENT OFFICE AND HOUSING: The Government will provide to the Contractor at no charge the use of units 1-4 on the first floor of lodging Unit A for office and the use of a resident manager (s)/supervisor (s); The Contractor will convert a portion of these units into an office to serve as the Front Desk for the lodging operation and services. An employee will live in this location as their permanent residence; FRONT DESK SERVICES: The Contractor shall provide adequate staffing to perform the following Front Desk services: ROOM RESERVATIONS AND ASSIGNMENTS: The Contractor shall establish a Reservations Operation as a companion office to the Front Desk.. REGULATIONS. The primary regulations and related procedures to be followed by the Contractor are listed below:Procedures as established in the approved FOP. PERSONNEL REQUIREMENTS QUALIFICATIONS OF THE GUEST SERVICES MANAGER: The Guest Services Manager shall possess at least five years of recent (within the past ten years) responsible experience in the management and supervision of commercial housekeeping, and guest services of the approximate size and characteristics of the HOAL. The Guest Services Manager should have demonstrated skills and knowledge in planning for and establishing the management and structural organization needed to bring HOAL guest services on line and maintaining the current service climate with no disruption. Specific experience in setting up and managing a variety of guest services including, but not limited to, transportation, reservations, billing, front desk, laundry, housekeeping, and classroom and meeting room setup is highly desirable. The Contractor shall submit to the CO a detailed resume. FRONT DESK EMPLOYEE REQUIREMENTS: To be eligible to perform under this contract, each employee must meet the following education, experience, medical and security requirements: Front Desk employees must possess a high school diploma or equivalent and have two (2) years of experience demonstrating: 1) An ability to meet and deal with the general public. 2) Can read, understand and clearly speak English. 3) An ability to maintain poise and self-control under stress. 4) An ability to construct and write clear, concise, accurate and detailed reports. 5) Have six months experience in a customer service environment. HEALTH AND PHYSICAL FITNESS REQUIREMENTS. The Contractor shall ensure that all employees assigned are physically capable of the performance of their duties. FIRST AID REQUIREMENTS. 5) LAUNDRY SERVICES OBJECTIVES: All laundry service will be performed offsite with the exception of small, infrequent jobs that can be performed in the laundry units available to guests. All associated services shall be operated to ensure an adequate supply of clean linens, and towels and will be cleaned in accordance with health standards for the hospitality industry standards established for commercial lodging by the State of Arizona or the U.S. Public Health Service; The contractor will provide and maintain a coin-operated washer and dryer in the two provided student laundry rooms as well as iron and ironing boards in each student apartment. The contractor will supply laundry detergent available to students. The price charged for the coin-operated washers and dryers will be approved by the National Park Service. GENERAL REQUIREMENTS: Provide adequately trained and supervised employees to fulfill the laundry requirements for the HOAL; Oversee the requisition, inventory and disposal of laundry chemicals and containers so as to comply with all applicable regulations; Provide clean uniforms to Contract employees as needed: CONTRACTOR WILL PURCHASE, maintain, clean, and re-supply as needed all linens. This includes at a minimum per apartment: one bedspread of a pattern approved by the NPS, one top sheet, one fitted sheet, one mattress pad, two standard-size or larger pillows, one blanket, three bath towels, three hand towels, three wash cloths, two dishtowels, one bathmat, one shower curtain. Contractor will purchase, maintain, and re-supply as needed exterior doormats for the front and back doors of all apartments. GOVERNMENT FURNISHED EQUIPMENT: no equipment is provided in support of the laundry. 6) HOUSEKEEPING/JANITORIAL OBJECTIVES: The Contractor shall: Provide all management, services, material, parts, supplies, labor and equipment to provide all housekeeping and cleaning services throughout the lodging units and Kowski Hall. Implement a training program: Manage services to provide daily and other periodically scheduled cleaning to maintain a neat and clean environment. Maintain furniture, interior finishes, windows, kitchen appliances, floors, linens and towels industry standards of hotel room housekeeping and janitorial services. Lodging rooms will be cleaned and serviced and linen/towels laundered only upon guest check-out. Daily cleaning of Kowski Hall will occur Monday-Friday excluding Federal Holidays; HOURS OF OPERATION: Housekeeping for lodging will be performed after check-out and completed in sufficient time for occupancy by new guests. This may involve Saturday and Sunday work at times. GENERAL REQUIREMENTS: Coordinate the need for routine maintenance and repair of equipment and property, as necessary, to prohibit an interruption of services; Coordinate housekeeping requirements with Front Desk operations. TRASH COLLECTION/RECYCLING: Normally, guests will be expected to collect and dispose of their trash into provided dumpsters. The contractor will deliver trash to the supplied dumpsters using the supplied carts or by other means of the contractors choosing and approved by the government. The Contractor shall collect all trash not disposed of by guests and all trash within Kowski Hall. The Contractor shall periodically inspect and pick up any debris or spillover so as to maintain a neat and sanitary appearance; The Government will award a separate contract for the pickup and offsite disposal of trash and recyclables from dumpsters.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2011571)
 
Place of Performance
Address: Grand Canyon, Arizona
Zip Code: 86023
Country: Coconino
 
Record
SN00937213-W 20051125/051123212233 (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.