DESCHUTES COUNTY LE PATROL SERVICES
ID: 140R1025Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified vendors to provide law enforcement patrol services in Deschutes County, Oregon, under solicitation number 140R1025Q0006. The procurement aims to enhance public safety through a sole source contract for commercial services, which includes a firm-fixed-price purchase order for an initial one-year period, with the possibility of four additional yearly renewals. The contractor will be responsible for coordinating with local law enforcement and submitting detailed monthly and quarterly reports on patrol activities, ensuring compliance with federal contracting regulations and security protocols. Interested vendors should direct their quotes and inquiries to Christa Christopherson at cnchristopherson@usbr.gov before the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation, numbered 140R1025Q0006, is issued by the Columbia-Pacific Northwest Region for commercial services related to database development and support for Deschutes County Law Enforcement in Oregon. Due to the uniqueness of the required services, the solicitation is for a sole source contract, with a firm-fixed-price purchase order anticipated for an initial one-year period, along with four optional yearly renewals. Vendors are required to submit their quotes and inquiries via email before the specified deadline, adhering to guidelines outlined in the Federal Acquisition Regulation (FAR). The contracting process will emphasize compliance with various FAR clauses, including those related to service contract labor standards, payment terms via the Invoice Processing Platform, and stringent security requirements for contractor personnel accessing government facilities. The contractor is responsible for providing all necessary patrol services while maintaining public safety, with coordination needed with local law enforcement. Monthly and quarterly reports detailing patrol activities and incidents must be submitted to the designated Government representative. This solicitation reflects a structured approach to enhancing law enforcement capabilities while ensuring adherence to federal contracting regulations and safety protocols in the context of government operations.
    This Sources Sought notice serves as preliminary market research for the U.S. Government, specifically to identify businesses capable of providing law enforcement patrol services at Reclamation lands in Deschutes County, Oregon, including Crane Prairie and Wickiup Reservoirs. The primary industry classification for this requirement is NAICS Code 561612, focusing on Security Guards and Patrol Services, with a small business size standard of $29 million. Interested firms, both large and small, are encouraged to submit a capabilities statement by 12:00 pm PST on November 22, 2024, detailing their contact information, certifications, and relevant services, including full arrest authority. The Government aims to utilize these insights to shape its future acquisition strategy. Notably, all submissions must be emailed, and costs incurred in response to this notice will not be reimbursed, emphasizing that this is not a solicitation for contract award but a voluntary response process aimed at information gathering.
    This SOURCES SOUGHT notice serves as preliminary market research conducted by the Government to evaluate the availability of firms capable of providing law enforcement patrol services on Reclamation lands in Deschutes County, Idaho, particularly near Crane Prairie and Wickiup Reservoirs. The main focus is on understanding the interest, capabilities, and qualifications of both small and large businesses in this sector, specifically under the NAICS Code 561612 for Security Guards and Patrol Services, with a small business size standard of $29 million. Interested firms are invited to submit a capabilities statement, including company details, UEI number, business size and certifications, and descriptions of relevant services. Responses are due by 12:00 PM PST on November 22, 2024, via email to a designated contact. This notice stresses that the submission is for informational purposes only and does not constitute a contract offer. It emphasizes voluntary participation, with no reimbursement for costs incurred during the response process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W--Vault Toilet Pumping, North Vale, Oregon
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for vault toilet pumping services in North Vale, Oregon, under solicitation number 140L4325Q0010. The contract, which is set to commence on April 1, 2025, and run through March 31, 2026, includes options for four additional years and requires the contractor to manage all labor, materials, and transportation necessary for the pumping services at designated sites. This procurement is vital for maintaining sanitation and public health at recreational areas, ensuring compliance with environmental regulations, and enhancing visitor experiences in the region. Interested contractors, particularly small businesses within the NAICS code 562991, must submit their proposals, including the Offeror Representations and Certifications form, by the specified deadline. For further inquiries, Benjamin Becker can be contacted at babecker@blm.gov or by phone at 503-808-6545.
    YFO-CCAO SECURITY PATROLS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Grand Coulee Power Office, is soliciting proposals for unarmed security patrol services at its Yakima, Washington location. The contract, which spans from April 1, 2025, to March 31, 2026, includes provisions for four optional one-year extensions and requires the contractor to maintain a visible security presence to deter vandalism and unauthorized access across approximately five acres, encompassing various facilities such as the Yakima Field Office and the Roza Power Plant. This opportunity underscores the federal government's commitment to ensuring security at its facilities while promoting participation from small businesses, particularly those that are economically disadvantaged or veteran-owned. Interested parties can reach out to Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further details.
    Water Storage Tanks
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the procurement of eight 10,000-gallon vertical water storage tanks for the Vale District in Jordan Valley, Oregon. The objective of this solicitation is to replace existing tanks that are part of a pipeline system used for supplying water to livestock and wildlife, with specific requirements including construction from polyethylene, a 1 ½ inch inlet/outlet, a manhole opening, and a five-year warranty. This procurement is crucial for maintaining efficient water supply systems that support local ecosystems and agricultural needs. Interested parties should contact Carrie Mahlmeister at cmahlmeister@blm.gov for further details, and note that this opportunity is set aside for small businesses under the SBA guidelines.
    Z--Northwest Oregon Road Maintenance IDIQ, Salem, Ore
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for the Northwest Oregon Road Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, based in Salem, Oregon. This contract involves non-construction road maintenance services across a variety of road conditions, including routine tasks such as road grading, snow plowing, and slide removal, with a maximum contract value of $5 million and a minimum order guarantee of $2,500. The maintenance services are crucial for ensuring the safety and operational effectiveness of federal roadways, reflecting the government's commitment to infrastructure upkeep. Interested contractors should submit their proposals by the specified deadlines, and for further inquiries, they can contact Tiffany Eslinger at teslinger@blm.gov or (503) 808-6521.
    W--Vault Toilet Pumping, South Vale Oregon
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management's Oregon State Office, is soliciting proposals for a firm fixed-price service contract for vault toilet pumping services in South Vale, Oregon. The contract encompasses transportation, labor, materials, and incidentals necessary for vault pumping at multiple recreation sites over a five-year period, from April 1, 2025, to March 31, 2030, including a base year and four option years. This initiative is crucial for maintaining sanitation infrastructure at recreational facilities, ensuring public health and environmental safety. Interested small businesses under the NAICS code 562991, with a size standard of $9 million, must submit their proposals electronically by the specified due dates, and can contact Benjamin Becker at babecker@blm.gov or 503-808-6545 for further information.
    BCLH Stewardship IRSC Phase 1
    Agriculture, Department Of
    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 2
    Agriculture, Department Of
    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.
    K--OR-REFUGE LE-VEHICLE UPFITTING
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the upfitting of two 2024 Ford F150 R1 LE Responder Vehicles as part of their law enforcement operations. The procurement involves specific modifications, including the installation of programmable battery savers, gun mounts, and emergency lighting systems, to enhance the vehicles' functionality for law enforcement personnel. This initiative is critical for ensuring that wildlife refuge law enforcement officers are equipped with the necessary tools to perform their duties effectively and safely. Interested vendors must submit their quotes by February 3, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, contact Oscar Orozco at oscarorozco@fws.gov.
    BCLH Stewardship IRSC Phase 3
    Agriculture, Department Of
    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.
    BCLH Stewardship IRSC Phase 3
    Agriculture, Department Of
    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.