PRINEVILLE PEST CONTROL FY25_FY28
ID: 140L4325Q0032Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide pest control services for its facilities in the Prineville District Office of Oregon for fiscal years 2025 through 2028. The contract, which will be awarded on a firm fixed-price basis, requires environmentally sensitive pest control methods, with an emphasis on non-chemical strategies, and mandates the maintenance of detailed logs of site visits and treatments. This procurement is crucial for maintaining the health and safety of government-managed properties, ensuring compliance with environmental regulations and ethical pest management practices. Interested vendors should contact Doris Jeffers at dgjeffers@blm.gov or call 503-808-6061 for further details, with the contract period starting on April 1, 2025, and running through March 31, 2026, with options for two additional years.

    Point(s) of Contact
    Jeffers, Doris
    (503) 808-6061
    (503) 808-6076
    dgjeffers@blm.gov
    Files
    Title
    Posted
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, detailing labor wage rates applicable in specific Oregon counties for 2025. It specifies minimum wage requirements based on Executive Orders, including a rate of at least $17.75 per hour for contracts starting or renewed after January 30, 2022, or $13.30 for those awarded between January 1, 2015, and January 29, 2022, unless otherwise stated. The file lists wage rates for various occupations, alongside fringe benefits like healthcare, vacation, and holidays. Worker rights for sick leave are highlighted under Executive Order 13706. The wage determination provides necessary guidance for federal contracting, ensuring compliance with minimum wage and benefits standards while protecting the rights of workers in service-related occupations. This comprehensive overview aids contractors in understanding their obligations and ensures fair compensation practices within federal contracts.
    The document is a Wage Determination Notice issued by the U.S. Department of Labor, outlining wage and fringe benefit requirements under the Service Contract Act for Oregon counties of Crook, Jefferson, Klamath, and Lake. It specifies the minimum wage rates that federal contractors must pay employees based on contract awards after January 30, 2022, and further stipulations for contracts between January 1, 2015, and January 29, 2022. The notice also details various occupations, their corresponding wage rates, and outlines fringe benefits required, including health and welfare, vacation time, and paid holidays. Additionally, it addresses compliance with Executive Orders regarding paid sick leave for contract workers. Contractors are reminded of their responsibilities concerning workforce classification and wage rates, including the conformance process for any unlisted job classifications. The document serves to ensure adherence to federal wage standards and worker protections, critical for successful bidding and execution of federal contracts.
    The document is a Wage Determination register issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage rates and fringe benefits for workers involved in federal contracts in designated regions of Oregon. It specifies wage rates based on occupation classifications, with distinctions for contracts awarded before and after January 30, 2022, referencing Executive Orders 14026 and 13658, which mandate minimum pay standards. The wage determination highlights that contractors must pay covered workers at least $17.75 per hour effective in 2025, and it lists detailed occupation codes and respective wages for various job titles. Additionally, it includes requirements for health and welfare benefits, paid sick leave, vacation, and holidays. Specific duties regarding classifications not listed in the wage determination are also covered, along with the need for contractors to submit requests for additional classifications or wage rate adjustments. This document serves as a crucial reference for federal contractors and grants aligned with labor standards under government procurement regulations.
    The document outlines site locations and travel information for facilities within the Prineville District Office of the Bureau of Land Management (BLM) in Oregon. It includes geographic details, travel distances, and times from Prineville to various nearby towns, such as Bend, Redmond, Madras, and Dayville. Additionally, it specifies locations of BLM facilities, including a wareyard and fire stations in Prineville, Dayville, Grass Valley, and Maupin, along with their addresses. The document emphasizes that information provided lacks warranty regarding accuracy and may be updated periodically. The focus on travel logistics and facility details may serve the purposes of federal grants or RFPs, highlighting operational areas for potential contractors or partners in land management projects. The overall goal is to inform stakeholders regarding the locations relevant to the Bureau's operational jurisdiction and service areas.
    The document lists various building sites and facilities located primarily in Oregon, focusing on Dayville, Prineville, Maupin, and Grass Valley. It details multiple structures such as warehouses, living quarters, offices, and administrative sites, specifically naming buildings and their purposes. Notable mentions include the Bakeoven Admin Site, featuring both living quarters and offices, as well as several buildings at the Grass Valley Work Site. The file also references the Madras Station for the Jefferson County Rural Fire department. Furthermore, there is a mention of a photograph taken before a color change, suggesting a focus on visual documentation in the context of development or remodeling. Overall, the document outlines the infrastructure involved in federal or state-funded projects, likely serving as part of an RFP (Request for Proposal) or grant application process aimed at improving or maintaining public facilities and services.
    The document is a solicitation for pest control services by the Bureau of Land Management (BLM) at the Prineville District Office, covering seven facilities in Oregon for fiscal year 2025. The contract is structured as a firm fixed-price basis, spanning from April 1, 2025, to March 31, 2026, with options for two additional years. Interested vendors must be classified as small businesses per the NAICS code 561710. Prospective contractors are evaluated based on technical capabilities, past performance, and price. The primary focus of the pest control services includes environmentally sensitive methods for controlling a variety of pests in and around the facilities, emphasizing non-chemical strategies wherever possible. The contractor is required to maintain a detailed logbook of site visits, pest monitoring, and treatments applied, ensuring compliance with environmental regulations and ethical considerations. Access to facilities is outlined, with specific requirements for contractor qualifications, insurance, and adherence to safety standards. The document indicates a proactive approach towards pest management, aiming for sustainable practices while providing essential services to government-managed properties.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F--INSECTICIDE APPLICATION
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for a firm fixed-price contract to perform insecticide application at the Horning Seed Orchard in Colton, Oregon, scheduled from March 24 to May 30, 2025. The contractor will apply the restricted-use pesticide esfenvalerate to manage pest populations on Douglas-fir trees aged 7 to 33 years, adhering to strict environmental and safety regulations throughout the process. This project is crucial for effective pest management and compliance with federal and state agricultural policies, ensuring the health of the orchard while minimizing environmental impact. Interested small businesses must submit their proposals by March 5, 2025, and can contact Christy Webster at cnwebster@blm.gov or 503-808-6074 for further details.
    F--GROUND INSECTICIDE 2025 HSO & TSO
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the application of ground insecticide at the Horning Seed Orchard in Colton, Oregon, as part of the "F--GROUND INSECTICIDE 2025 HSO & TSO" project. The procurement involves the application of esfenvalerate insecticide on Douglas-fir trees, with a performance period scheduled from March 24, 2025, to May 30, 2025, while adhering to strict environmental regulations to protect surrounding ecosystems. This initiative is crucial for effective pest management in forestry, ensuring compliance with safety standards and promoting sustainable agricultural practices. Interested contractors must submit their quotes by March 5, 2025, and can contact Christy Webster at cnwebster@blm.gov or 503-808-6074 for further information.
    ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterminating and pest control services at the Organ Pipe Cactus National Monument in Arizona. The contract, identified by solicitation number 140P1525Q0039, is set for a base year from April 1, 2025, to March 31, 2026, with the possibility of extending for up to four additional years. These services are crucial for maintaining a safe environment for park visitors by effectively managing pest-related challenges in the area. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and should ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI) to qualify for the award. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    U.S. Customs and Border Protection (CBP), U.S. Border Patrol (USBP), Tucson Sector Pest Control Management Service Requirement
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified contractors to provide Pest Control Management Services for the Tucson Sector, with a focus on implementing an Integrated Pest Management (IPM) program across 23 designated locations. The procurement aims to ensure effective pest control measures that comply with federal and state regulations while maintaining operational integrity and safety. This contract, which is set aside for small businesses, will last from April 1, 2025, to March 31, 2026, with the possibility of four one-year extensions. Interested parties must submit their quotations, including technical and non-price factors, to the Contracting Officer, Christopher J. Shaw, at christopher.j.shaw@cbp.dhs.gov, within the specified timeframe, ensuring compliance with all outlined requirements.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    BLM FY25-1 Spring Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.
    F--CONE COLLECTION HSO & TSO 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for cone collection services at the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard in Oregon, under the RFQ number 140L0625Q0015. Contractors will be responsible for activities such as bagging, transporting, and handling cones to support seed collection for reforestation efforts, with a performance period from August 1, 2025, to November 30, 2025, for Horning and until October 10, 2025, for Tyrrell. This initiative is crucial for sustainable forestry practices and ecological conservation, emphasizing environmental responsibility and adherence to operational procedures. Interested contractors must submit their quotes by March 13, 2025, and can contact Madisyn Falls at mfalls@blm.gov or 303-236-9471 for further information.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.