S208 - Lawn Maintenance at the Redmond Air Center
ID: 1240BE24Q0040Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 3Portland, OR, 972042829, 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 Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide lawn maintenance services at the Redmond Air Center in Oregon. The contractor will be responsible for all labor, equipment, materials, and services necessary for general lawn maintenance, including mowing, edging, fertilization, and shrub bed upkeep, over a base year with four optional years. This procurement emphasizes the importance of maintaining the facility's green spaces to ensure operational integrity and aesthetic standards. Interested parties must submit their technical and price quotes, along with completed representations and certifications, by the specified deadlines, and can contact Contracting Officer Thomas Lucas at Thomas.Lucas@usda.gov for further information.

    Point(s) of Contact
    Thomas Lucas Contracting Officer
    Thomas.Lucas@usda.gov
    Files
    Title
    Posted
    The document outlines Solicitation Number 1240BE24Q0040, a Request for Quotation (RFQ) issued for general lawn maintenance services at the Redmond Air Center in Oregon. The procurement is specifically reserved for small businesses, with a NAICS code of 561730, and a small business size standard set at $9.5 million. The contract encompasses a base year and four option years for services including lawn maintenance, fertilization, shrub bed upkeep, backflow testing, and the management of sprinkler systems. Offerors are required to submit a technical quote, price quote, and completed representations and certifications. Evaluation criteria such as past performance and technical capability will influence the award decision, emphasizing the importance of experience and specialized personnel. The government may consider all options when evaluating offers, and non-responsive or late submissions may not be accepted. The solicitation includes specific delivery dates, detailed requirements for the services, and the need for registration in the System for Award Management (SAM). This request reflects the government's ongoing commitment to maintaining infrastructure through competitive bidding while supporting small business participation.
    The Performance Work Statement outlines the USDA's request for contractor services for lawn maintenance at the Redmond Air Center in Redmond, Oregon, over a base year and four optional years. The contractor is responsible for labor, equipment, and materials to maintain lawns at specified heights, ensure cleanliness of walkways and shrub areas, and provide seasonal fertilization and weed control. Essential tasks include mowing, edging, weed removal, backflow testing, and sprinkler system maintenance, all performed during specified hours. The document details performance measures and quality control protocols, emphasizing the contractor's accountability for service quality and compliance with federal standards. A Quality Control Plan must be established, with regular inspections and corrective actions documented. The contract requires the contractor's personnel to adhere to security protocols, as access to the facility is limited. Maintenance efforts aim to sustain a neat and presentable environment, ensuring the operational integrity of the facility's green spaces.
    This document outlines the maintenance requirements for specific landscaped areas, indicated on an accompanying map. It specifies that the highlighted sections consist of grass and shrub beds that require regular lawn care services, including mowing, weeding, edging, and trimming. The emphasis on these tasks suggests the government’s commitment to maintaining aesthetic and environmental standards in public spaces. The document likely serves as a request for proposals (RFP) aimed at contractors who can fulfill these landscaping duties. Effective maintenance is crucial for ensuring the long-term health of these green spaces, impacting both the community's visual appeal and ecological balance. The clarity in the requirements indicates the government's intention to procure reliable services that contribute positively to public infrastructure and the overall community environment.
    The document titled "RAC MOB HOLE" pertains to a governmental Request for Proposals (RFP) or grant related to the establishment of a "Mobile Operations Base" (MOB) likely linked to RAC operations. The key purpose is to solicit proposals from qualified vendors to create a mobile facility, which may involve technical specifications and compliance with federal guidelines. The document suggests an emphasis on logistics, support services, and potentially, the integration of technology for operational efficiency. Moreover, it outlines the requirements for prospective bidders, including qualifications, experience, and financial capabilities, to ensure only capable entities will undertake the project. As part of the evaluation criteria, factors such as cost-effectiveness, innovation, and alignment with the governmental objectives are presumably highlighted. This initiative reflects the government's ongoing efforts to improve operational readiness and mobility in response to various operational scenarios, thus enhancing service delivery and emergency response capabilities.
    The document titled "COIDC HEDGE" likely serves a specific purpose within the context of federal and state/local Requests for Proposals (RFPs) and grants. It addresses aspects of risk management and protective measures regarding sensitive assets or projects requiring governmental oversight. The main focus is on identifying, assessing, and mitigating risks tied to operational frameworks, potentially indicative of cybersecurity or other protective measures within government initiatives. Key points emphasize strategic planning, stakeholder engagement, compliance with regulations, and the adoption of best practices to safeguard interests. The structured approach may involve references to guidelines, project timelines, and evaluation metrics aimed at ensuring effective oversight and accountability. By addressing risk factors in government proposals, it serves as an essential framework for ensuring project integrity and compliance with established standards.
    The document serves as the "Register of Wage Determinations" under the Service Contract Act, detailing minimum wage requirements for service contracts within the U.S. Department of Labor framework. It outlines the applicable wage rates based on Executive Orders 14026 and 13658 for different contracts entered into or renewed as of specific dates. For contracts effective from January 30, 2022, the minimum hourly wage is set at $17.20, while contracts awarded between January 1, 2015, and January 29, 2022, have a rate of $12.90. The register includes a comprehensive list of occupation codes and corresponding wage rates for various job titles, segmented by occupation type, such as administrative support, automotive services, food preparation, and health occupations. Each occupation’s wage is specified and contains notes on potential higher pay rates under the Executive Orders. The document also emphasizes compliance with additional benefits like health and welfare payments, vacation, paid sick leave under Executive Order 13706, and a conformance process for unlisted job classifications. This wage determination is critical for ensuring fair compensation for federal contractors and complies with guidelines related to service contracts across federal, state, and local RFPs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S-Redmond Air Center (RAC) Snow Plowing/Removal Services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide snow plowing and removal services at the Redmond Air Center (RAC) in Oregon. The contractor will be responsible for clearing roadways, parking areas, and walkways to commercial standards whenever snow accumulates to three inches or more, ensuring safety and accessibility throughout the winter months. This procurement is critical for maintaining operational efficiency at the RAC, which supports aviation and fire management efforts in the region. Interested parties must submit their technical and price proposals by the specified deadlines, with the contract set to commence on October 1, 2024, and include a base year plus four optional renewal years. For further inquiries, contact Matthew Stephens at matthew.stephens@usda.gov or 541-362-6920.
    Janitorial Service for the Miller St. Compound, Deschutes NF, Bend, OR
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Miller Street Compound located in Bend, Oregon. The contract encompasses year-round weekly cleaning of approximately 4,821 square feet of office space, restrooms, and workshops, along with semi-annual services such as carpet cleaning and window washing, and additional seasonal restroom cleaning from May to October. This procurement is crucial for maintaining cleanliness and hygiene standards within federal facilities, ensuring a safe and pleasant environment for staff and visitors. Interested contractors must submit their proposals, including technical and price components, by the specified deadline, and can direct inquiries to Contracting Officer Thomas Hammerle at thomas.hammerle@usda.gov.
    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.
    Timber Cruise - Wildcat DxP
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for timber cruising services at the Okanogan-Wenatchee National Forest, under the project titled "Timber Cruise - Wildcat DxP." The procurement aims to conduct a comprehensive timber cruise covering approximately 500 acres to assess tree species and gather data in accordance with USDA standards, with a focus on maintaining ecological balance and sustainable forestry practices. This opportunity is critical for effective forest management and resource stewardship, ensuring compliance with federal regulations and labor standards, including wage determinations that mandate a minimum wage of $17.20 per hour for workers involved in the project. Interested contractors must submit their proposals, including a technical and price proposal, by the specified deadlines, and can contact Darnell Williams at Darnell.Williams@usda.gov or 458-212-6091 for further information.
    Notice of Intent to Use an Already Existing BPA to Solicit and Award Big Marsh Planting
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Deschutes National Forest, is issuing a presolicitation notice for the Crescent Ranger District Planting project on Big Marsh. The objective of this procurement is to secure services for the planting of government-furnished plugs during the fall seasons from 2024 to 2026, utilizing an existing Blanket Purchase Agreement (BPA). This initiative is part of the government's ongoing efforts in ecological restoration and reforestation within the region, aligning with the NAICS Code 115310, which covers support activities for forestry. Interested parties can direct inquiries to Cynthia B. Armour at cynthia.armour@usda.gov or by phone at 541-410-6720, with the anticipated contract award date set for September 10, 2024.
    Eielson Grounds Maintenance Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive grounds maintenance services at Eielson Air Force Base in Alaska. The procurement aims to maintain both improved and semi-improved grounds, ensuring a well-groomed and functional environment through tasks such as mowing, fertilization, pest control, and debris removal. This contract is crucial for maintaining the aesthetic and operational integrity of military facilities, with a firm-fixed price structure and a potential duration of four years, starting from October 1, 2024. Interested parties should submit their proposals by September 26, 2024, and can direct inquiries to Julieth Collazos at julieth.collazos.1@us.af.mil or by phone at 907-377-3989.
    GRD Janitorial Services
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified small businesses to provide janitorial services for multiple facilities within the Glacier Ranger District (GRD) in Girdwood, Alaska, under solicitation number 1240BF24Q0063. The contractor will be responsible for delivering comprehensive cleaning services, including standard, deep, and emergency cleaning, while ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining a clean and safe environment for both staff and the public, with a contract duration of five years and a total small business set-aside. Interested parties must submit their quotes by September 23, 2024, and can direct inquiries to primary contact Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or secondary contact Raymond Padgett III at raymond.padgett@usda.gov.
    Supply and Deliver FOB Destination OHV UTV Side by Side
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Rogue River-Siskiyou National Forest, is seeking proposals for the supply and delivery of an OHV UTV Side by Side vehicle. The procurement requires a vehicle that meets specific technical specifications, including a minimum engine capacity of 999cc, automatic transmission, ROPS certification, and a towing capacity of at least 2500lbs, among other features. This vehicle is essential for the operational needs of the USDA Forest Service, ensuring safety and functionality in the management of the national forest. Proposals must be submitted by September 25, 2024, to Chad Schmele at chad.schmele@usda.gov, with the contract performance period running from September 30, 2024, to November 22, 2024.
    Pit Toilet Decommissioning - SERVICE
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Willamette National Forest, is seeking qualified contractors for the decommissioning of five pit toilets located in Oakridge, Oregon. The project involves the removal and proper disposal of construction materials while ensuring that human waste is managed appropriately during the decommissioning process. This service is crucial for maintaining the natural resources and conservation efforts within the national forest. Interested parties must submit their revised quotes by the extended deadline of Sunday, September 22, 2024, at 10:30 PM Pacific Time, and are encouraged to contact Lorenzo R Montoya at lorenzo.montoya@usda.gov or by phone at 503-658-9537 for further information.
    Urban Forestry Instructor Services; Angell and Great Onyx Job Corps Center; Yachats, OR and Mammoth Cave, KY
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide Urban Forestry Instructor Services at the Angell Job Corps Center in Yachats, OR, and the Great Onyx Job Corps Center in Mammoth Cave, KY. The objective of this procurement is to deliver vocational training in Urban Forestry to disadvantaged youth aged 16-24, incorporating both classroom education and hands-on work experience, while ensuring adherence to safety regulations and maintaining student accountability. This initiative is crucial for enhancing the employability and skills of young individuals in the natural resource industry, fostering a supportive learning environment. Interested parties must submit their capabilities statements and UEI or CAGE codes electronically to Contract Specialist Eric Asper at eric.asper@usda.gov by 5:00 PM EST on October 2, 2024, as this is a sources sought synopsis for preliminary market research purposes only.