Landscaping Services at Base Astoria and Tongue Point
ID: 70Z03324QBASEA128Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at Base Astoria and Tongue Point in Oregon. The procurement includes tasks such as leaf and needle cleanup, weed spraying, and general landscaping maintenance, with specific requirements outlined in the Statement of Work. These services are essential for maintaining the aesthetic and operational standards of the facilities, ensuring compliance with security protocols. Interested small businesses must submit their quotes by 2:00 PM (PDT) on September 19, 2024, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation number 70Z03324QBASEA128. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, and compliance with federal wage determinations is required.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor, outlines minimum wage requirements for federal contracts in Oregon, specifically in Clatsop and Tillamook counties. It details the latest wage determination number (2015-5577, Revision No. 25), effective from July 22, 2024. Contractors must pay covered workers at least $17.20 per hour under Executive Order 14026 for contracts initiated or renewed after January 30, 2022, while contracts awarded from January 1, 2015, to January 29, 2022, must comply with Executive Order 13658, mandating a minimum of $12.90 per hour. The document lists occupational wage rates for various positions, alongside fringe benefits like health and welfare, vacation, and holiday pay. It also highlights requirements under Executive Order 13706 for paid sick leave, outlining eligibility criteria and benefits for employees. The conformance process for classifying unlisted job positions under the wage determination is described, ensuring equitable pay and adherence to labor regulations. This document serves as a critical resource for contractors seeking compliance with federal wage laws while engaging in service contracts as part of federal and local government projects.
    This document outlines the process for acknowledging receipt of an amendment to a federal solicitation or contract modification. It emphasizes that offers must be acknowledged prior to the specified deadline, with failure to do so potentially resulting in rejection. Contractors can acknowledge by completing specific items on the form or through separate communication referencing the solicitation and amendment numbers. Additionally, the document includes instructions on how to submit changes to offers already submitted, describing the circumstances under which a contract modification may occur, including administrative changes and supplemental agreements. The purpose of this specific amendment is to update a revised Statement of Work related to solicitation number 70Z033, issued by the Federal Government's Regional Support Team in Seattle. Key items, such as effective date and description of modifications, are specified to ensure clarity and compliance. These instructions are essential for maintaining the integrity of the solicitation process and ensuring all parties are informed of changes. The guidelines are in accordance with federal procurement regulations and underscore the importance of timely communication in contract management.
    The document serves as an extensive reference for federal acquisition regulations, specifically detailing various provisions and clauses that govern contracts related to federal grants and state/local RFPs. It lists critical provisions such as certifications regarding price determination, ethical conduct, security requirements, and specific regulations surrounding small business participation. Each entry includes the provision number, the effective date, whether it is a provision (P) or clause (C), and references relevant sections of federal regulations. Notably, the provisions cover a broad spectrum, from compliance with labor standards to specific operational requirements like the handling of hazardous materials and contract terms for commercial products. This structured compilation provides essential guidelines for federal contracting, fostering adherence to legal and ethical standards while facilitating fair competition. The focus on small business inclusion and compliance further underscores the government's commitment to equitable procurement processes. Understanding these provisions is vital for organizations seeking to engage in federal contracting, ensuring their proposals align with regulations and best practices.
    The document outlines the Smart Matrix, a reference table of provisions and clauses pertaining to federal contracting practices. It includes various clauses related to definitions, restrictions on subcontractor sales, anti-kickback procedures, contractor employee whistleblower rights, telecommunications and surveillance services regulations, and payment provisions. Each provision is identified with its effective date, making it easy for government agencies and contractors to navigate compliance requirements. Notable inclusions are the prohibitions on contracting for certain foreign services, encouragement for responsible contractor practices, and guidelines for trainee trafficking protections. The matrix serves as a critical resource for ensuring adherence to regulations in government RFPs and grants at federal and local levels. By highlighting current regulations and their respective applicability, the Smart Matrix aids contractors in aligning their practices with legal standards, which is essential for bidding on government projects and maintaining ethical operations in federal procurement.
    The Performance Work Statement outlines the requirements for a contractor to provide landscaping services at U.S. Coast Guard Base Astoria and Tongue Point, Oregon. The contractor must supply all necessary personnel, equipment, and materials to perform designated tasks, which include mowing, edging, and maintaining the appearance of grassy areas bi-weekly from mid-February to mid-November, with an average of 27 visits annually. Specific operational protocols include adhering to security regulations, presenting proper identification, and following a standard work schedule from 7:30 am to 5 pm, Monday through Friday. The contractor's personnel must maintain a neat appearance and avoid any conflicts of interest with U.S. Government employees. Invoicing is mandated to occur electronically via the Invoice Processing Platform, ensuring timely payments. Key tasks also encompass trimming and pruning responsibilities and keeping sidewalks and common areas free of debris. Acceptance of work performance will be managed by a designated Point of Contact (POC). This document serves as a comprehensive guide for potential contractors participating in the bidding process, framing the operational standards and service expectations crucial for maintaining the Coast Guard's facilities.
    The Performance Work Statement for U.S. Coast Guard Base Astoria outlines the contractor's responsibilities for landscaping services, which include mowing, edging, and cleanup tasks at both Base Astoria and Tongue Point facilities. The contractor must provide all necessary personnel, tools, and materials while adhering to security protocols and contractor personnel requirements. The service must be performed bi-weekly during the season, with additional requests possible from the Point of Contact (POC) with prior notice. The work is restricted to weekdays and excludes federal holidays. Furthermore, the government will furnish basic utilities like electricity and water, while the contractor is expected to provide everything else needed for service execution. The document emphasizes quality assurance and control and outlines invoicing requirements through a government electronic platform. Overall, this contract reflects the government's directive to maintain facility aesthetics while ensuring compliance with security and operational standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    70Z03024QCLEV0141 - US COAST GUARD AIRSTA DETROIT RESTRIPING PROJECT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the AIRSTA Detroit Ramp Restriping Project, which involves providing all necessary labor, materials, and equipment for restriping the ramp at Selfridge ANGB in Michigan. Contractors must adhere to the Statement of Work and are encouraged to conduct a site visit to ensure accurate pricing; the project is critical for maintaining operational safety and compliance with federal regulations. Interested bidders must have active registration in the System for Award Management (SAM) and submit their quotes by September 20, 2024, at 4:00 PM EDT, with all inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil. The contract is set aside for small businesses under NAICS code 237310, with a performance period of 30 days post-award.
    Chimney repair at Station Depoe Bay
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for chimney repair services at the Station Depoe Bay in Oregon. The project entails inspecting and repairing a chimney system, replacing interior attic flashing to prevent water penetration, and performing both interior and exterior painting to restore the chimney's condition. This procurement is crucial for maintaining the integrity of the Coast Guard's infrastructure and adheres to local procurement policies, with bids limited to vendors within a 50-mile radius of the station. Interested contractors must submit their bids via the Unison Marketplace by September 20, 2024, and comply with federal acquisition regulations, with a delivery requirement of 30 days post-order receipt. For further inquiries, contact Marketplace support at marketplacesupport@unisonglobal.com or call 877-933-3243.
    S201 - Janitorial Services Crescent Ranger District
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for year-round janitorial services at the Crescent Ranger District Office in Crescent, Oregon. The contract encompasses approximately 13,425 square feet of office space, restrooms, and conference areas, with specific cleaning schedules required for winter and summer, as well as quarterly window cleanings. This procurement is crucial for maintaining a clean and functional environment in government facilities, reflecting the agency's commitment to operational efficiency and compliance with federal standards. Interested small businesses must submit their proposals, including technical and price quotes, to Contracting Officer Thomas Lucas by October 1, 2024, with a mandatory site visit scheduled for September 26, 2024.
    JBER Grounds Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 673rd Contracting Squadron, is seeking small business sources for grounds maintenance services at Joint Base Elmendorf-Richardson (JBER) in Anchorage, Alaska. The contractor will be responsible for a range of non-personal services, including landscaping, snow removal, and maintaining various types of grounds to ensure a clean and professional appearance while promoting plant health. This opportunity is crucial for maintaining the operational readiness and aesthetic standards of the base. Interested parties must submit their Statements of Capabilities by September 16, 2024, to both Shelby Langston at shelby.langston.1@us.af.mil and Edith Smith at edith.smith.2@us.af.mil, with the response due date extended to September 30, 2024, at 1600 AKST.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    70Z03024QCLEV0095 - US COAST GUARD AIR STATION DETROIT SPRINKLER SUPPLY LINE REPAIR OR REPLACEMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the repair or replacement of the sprinkler supply line at the Air Station Detroit in Michigan. The project requires bidders to provide all necessary labor, materials, equipment, and supervision in accordance with the Statement of Work, with a completion timeline of 30 days following the Notice to Proceed. This procurement is critical for restoring the fire safety system, which has been compromised due to underground leaks, and emphasizes compliance with federal labor standards and environmental regulations. Interested parties must submit their quotes by September 20, 2024, at 4:00 PM EDT, and can contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further inquiries.
    CG-4 Mission Support Business Model (MSBM)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is announcing a special notice regarding a contract modification for the Engineering and Logistics Directorate (CG-4). This modification aims to increase the contract ceiling for task order 70Z02321FPLM00200, awarded to Vector CSP LLC, by $3,916,251.73, raising the total ceiling from $12,083,652.00 to $14,775,660.03, with no updates to the Statement of Work. This contract, which was initially awarded on September 23, 2021, is crucial for supporting the logistics and engineering functions of the USCG and is set to expire on September 22, 2026, with a potential extension to March 22, 2027, if the agency exercises its options. Interested parties may contact Yvonne Green or Melony Suber for further information, and responses to this notice must be submitted by October 5, 2024, at 12:00 PM Eastern Standard Time.
    Horticulture Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Montgomery, Alabama, is seeking proposals for horticultural and landscaping services under solicitation number F2X3CE4185AQ01. The contractor will be responsible for non-personal services that include landscape design, greenhouse management, and grounds maintenance, aimed at enhancing the aesthetic appeal and safety of the installation. This opportunity is a total small business set-aside, and proposals must adhere to Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations (DFARS), with a firm-fixed price contract expected to be awarded. Interested contractors should submit their proposals by September 27, 2024, following a site visit on September 19, 2024, and can direct inquiries to Jordan Johnson at jordan.johnson.49@us.af.mil or Darrell C. Ladnier at darrell.ladnier@us.af.mil.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.