S--LITTLE ROCKIES REC MAINTENANCE CONTRACT
ID: 140L3625Q0031Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The U.S. Department of the Interior, Bureau of Land Management is soliciting proposals for the Little Rockies Recreation Maintenance Contract, aimed at maintaining various recreation sites in Phillips County, Montana. The contract, set aside for small businesses, requires comprehensive janitorial services, including cleaning restrooms, managing waste, and maintaining grounds, with strict adherence to quality standards monitored through regular inspections. This procurement is crucial for ensuring the upkeep of public recreational facilities, enhancing visitor safety and satisfaction. Interested vendors must submit their quotes by April 18, 2025, and direct all inquiries to the designated Contracting Officer, Chad Clapp, via email.

Point(s) of Contact
Padeken, Emmaline
(406) 896-5365
(406) 233-2921
epadeken@blm.gov
Files
Title
Posted
Apr 15, 2025, 1:04 AM UTC
The Performance Work Statement for the Little Rockies Recreation Maintenance project outlines the maintenance responsibilities for several recreation sites in Montana, including Camp Creek Campground, Horse Corral Campground, Buff’s Day Area, Montana Gulch Campground, and Dry Fork Kiosk. The contractor must provide all management, labor, equipment, and supplies necessary for effective site maintenance, adhering to inspection standards set by the Project Inspector and Contracting Officer's Representative. Specific tasks include cleaning restrooms, disposing of waste, lawn care, and maintaining facilities, which will be subject to regular inspections with deductions applied for deficiencies. Hazard and safety protocols are emphasized, along with the requirement for the contractor to use environmentally safe products. The contractor is responsible for damages and ensuring compliance with safety regulations while maintaining communication with the overseeing parties. This contract aims to ensure high-quality upkeep of recreational sites, facilitating a safe and pleasant experience for visitors.
Apr 15, 2025, 1:04 AM UTC
The 2025 government document outlines federal and state funding initiatives, focusing on Requests for Proposals (RFPs) and grants aimed at enhancing public service delivery. It emphasizes investment priorities, including infrastructure, community development, and public health. The document serves as a roadmap for agencies and organizations to align their projects with federal objectives, encouraging collaboration across levels of government. Key details include guidelines for proposal submissions, eligibility criteria, and evaluation metrics that ensure transparency and accountability in the funding process. By detailing strategic areas for investment, the document seeks to stimulate economic growth and address pressing societal needs effectively while promoting equitable access to federal resources. Overall, it emphasizes the government's commitment to facilitating community enhancements through structured funding opportunities.
Apr 15, 2025, 1:04 AM UTC
The Quality Assurance Surveillance Plan (QASP) outlines maintenance requirements for the Little Rockies Recreation area for 2025, including cleaning, garbage management, and mowing services. The document specifies three key plans for monitoring cleanliness and maintenance: 1. **Cleaning (3 times/week)**: This plan includes maintaining 5 restrooms, 25 garbage cans, and 4 drinking fountains, with random inspections occurring at least once a month. Each month, significant allowable defects are set: a maximum of 3 restrooms, 16 garbage cans, and 2 drinking fountains can be under standard. 2. **Cleaning (1 time/week)**: Focused on 32 camping/picnic areas, 2.5 miles of roads, and kiosks, inspections are also performed monthly with similarly defined defect limits. 3. **Mowing**: Scheduled for five instances during the work period, this plan will cover 30 mowing locations and 2.5 miles of roads, with the same defect allowance of 5 percent. The plans establish a thorough approach to ensure compliance with cleanliness and maintenance standards by utilizing regular inspections and evaluations, conducted by various roles including the Contracting Officer and Project Inspector. The overall purpose is to ensure high quality in maintaining recreation facilities while upholding public safety and satisfaction.
Apr 15, 2025, 1:04 AM UTC
The document outlines the Wage Determination Number 2015-5395 by the U.S. Department of Labor, relevant to contracts subject to the Service Contract Act (SCA). It specifies minimum wage rates that contractors must adhere to, derived from Executive Orders 14026 and 13658, depending on contract dates. For contracts starting or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour. The wage determination covers various occupations across specific Montana counties, detailing hourly rates for multiple job classifications such as administrative roles, automotive services, food service, and health occupations. Additionally, it highlights benefits requirements, including health and welfare stipulations, vacation time, and sick leave provisions under Executive Order 13706. The document also clarifies the conformance process for unlisted job classifications, directing contractors on how to submit requests for additional classifications and wage rates. Overall, this file serves as a comprehensive guide for contractors on wage and benefit obligations under federal contracts, ensuring compliance with labor standards while protecting worker rights.
Apr 15, 2025, 1:04 AM UTC
The document pertains to Solicitation No. 140L3625Q0031, which involves a price schedule for the maintenance of the Little Rockies Recreation area. It requires interested vendors to provide a comprehensive price quote for the designated line item, specifically indicating the price per line item and the total price. Additionally, vendors are prompted to fill out crucial information including their company name, SAM Unique Entity Identifier (UEI), email address, phone number, and the name of a Point of Contact (POC). This solicitation is part of government Requests for Proposals (RFPs) and suggests a structured process for maintaining public recreational spaces, reflecting the government's efforts to manage and contract services for outdoor recreation. The straightforward nature of this solicitation emphasizes the importance of vendor accountability and clear communication for effective government contracting.
Apr 15, 2025, 1:04 AM UTC
The Past Performance Questionnaire is a mandatory document required for contractors submitting quotes for government proposals. It collects critical information to evaluate contractor qualifications and experiences relevant to the specific solicitation. Key sections include the contractor's name and organization details, years of relevant experience both personally and for the company, and the contractor's history of work as a prime and sub-contractor. It further requests a list of pertinent projects completed in the past three years, including details such as contract numbers, project types, completion dates, and reference contacts. Additional inquiries cover current contract commitments and any past failures to complete awarded work. A certification section is included, requiring the contractor to affirm the completeness and correctness of the information provided. The document underscores the importance of demonstrating relevant capabilities and commitments to ensure reliability in fulfilling government contracts.
Apr 15, 2025, 1:04 AM UTC
The U.S. Department of the Interior, Bureau of Land Management is seeking quotations for the Little Rockies Recreation Maintenance project in Phillips County, Montana. This Request for Quotations (RFQ), categorized under NAICS code 561720 for Janitorial Services, is dedicated to small businesses as a total set-aside. All interested vendors must be active in the System for Award Management (SAM) and submit their proposals by April 18, 2025. The procurement will follow simplified acquisition procedures with a firm-fixed-price contract to the best value offeror. Interested parties are prohibited from contacting government personnel unrelated to the contracting officer, Chad Clapp, who will handle all inquiries. Key components include provisions outlined for contract terms, evaluation criteria, and electronic invoicing requirements, ensuring compliance with federal regulations. A successful proposal must fulfill detailed submission instructions and adhere to the specified clauses incorporated by reference. The project underscores the government’s commitment to engaging small businesses while adhering to competitive bidding standards and regulatory compliance for award processes.
Apr 15, 2025, 1:04 AM UTC
The document is an amendment to solicitation number 140L3625Q0031, issued by the federal government for contract modifications. It details the procedures contractors must follow to acknowledge receipt of the amendment and submit their offers. The amendment specifies that all correspondence and quotes should be sent via email to the designated Contracting Officer, Chad Clapp. Key revisions to the solicitation include updates on restrictions regarding contacts, quote submission requirements, and electronic invoicing processes. The deadline for submitting quotes remains April 18, 2025, at 1:00 PM Mountain Time, emphasizing the importance of adhering to specified communication methods. The amendment underscores the necessity of receiving acknowledgments of the amendment to prevent offer rejections, ensuring compliance with government procurement protocols. Overall, the document enhances clarity in the solicitation process for potential contractors, maintaining established terms while refining certain procedural elements.
Apr 15, 2025, 1:04 AM UTC
The document is a Request for Proposal (RFP) issued by the U.S. Department of the Interior, Bureau of Land Management, focusing on procurement for Little Rockies Recreation Maintenance in Phillips County, MT. This acquisition is set as a 100% total small business set-aside and is classified under the North American Industry Classification System (NAICS) code 561720 for Janitorial Services, with a size standard of $22 million. The procurement follows simplified acquisition procedures and will be awarded as a Firm Fixed Price purchase order. Key dates include the due date for quotes on April 18, 2025, and a deadline for questions on April 15, 2025. Offerors must register in the System for Award Management (SAM) and adhere to various provisions and clauses outlined in the document, ensuring compliance with government regulations. The proposal emphasizes the importance of submitting a complete quote and maintaining communication only through the designated contracting officer. Payment requests will be processed electronically via the Treasury's Invoice Processing Platform (IPP). Overall, the document serves to guide potential contractors in submitting proposals for the required maintenance services while conforming to federal acquisition standards and procedures for small businesses.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
GAOA - EMDDO ROADS AND REC SITE REPAIRS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting sealed bids for the "GAOA - EMDDO Roads and Recreation Site Repairs" project, aimed at repairing roads and parking areas at various recreation sites across eastern Montana. The project includes essential tasks such as re-establishing road sections, improving parking areas, and applying crushed aggregate surfacing at locations including Howrey Island, Matthews, Strawberry Hills, Moorhead, and Short Pines OHV. This initiative is significant for maintaining public access to recreational areas and enhancing visitor experiences while adhering to environmental standards. Interested small businesses must submit their bids by May 22, 2025, with an estimated contract value between $250,000 and $500,000, and can contact Christine Mundt at cmundt@blm.gov or (406) 896-5030 for further information.
HORSE CORRALS OFFICE CLEANING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for cleaning and repairing the horse corrals and adoption office in Burns, Oregon, following significant water damage. The contract requires comprehensive services, including the cleanup, sanitization, removal of damaged materials, and necessary repairs to ensure a safe and functional workspace. This opportunity is particularly aimed at small businesses, including service-disabled veteran-owned, HUBZone, and women-owned enterprises, reflecting the government's commitment to supporting diverse business participation in federal contracting. Proposals are due by April 24, 2025, with the performance period set from May 12, 2025, to June 30, 2025. Interested contractors can contact Christy Webster at cnwebster@blm.gov or by phone at 503-808-6074 for further details.
S--SGH UNITS NOXIOUS WEED TREATMENT PROJECT
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking quotations for the S--SGH Units Noxious Weed Treatment Project in the Helena, Montana area. The project involves applying contractor-furnished herbicides to control invasive species, including Spotted knapweed, Dalmatian toadflax, and Canada thistle, across three timber harvest units totaling 500 acres, with work scheduled between June 1 and August 30, 2025. This initiative is part of federal efforts to manage invasive species and protect local ecosystems, and it is set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million. Interested contractors should prepare for a Request for Quotation (RFQ) expected to be issued around April 25, 2025, with quotations due by May 23, 2025; for further information, contact Christine Mundt at cmundt@blm.gov or (406) 896-5030.
W--Portable Restrooms & Servicing - BPA Set Up
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) for portable restroom rental and servicing at the Lower Potomac Field Station in Lorton, VA. The contract encompasses a one-year base period with four optional annual extensions, requiring the contractor to provide one portable restroom along with bi-weekly cleaning services, with the possibility of additional short-term rentals as needed. This initiative is crucial for maintaining sanitation at recreational sites managed by BLM, thereby enhancing public health facilities in these areas. Proposals are due by May 2, 2025, and inquiries can be directed to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.
GAOA RINGING ROCKS ROAD RENOVATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting proposals for the renovation of the GAOA Ringing Rocks Road in Jefferson County, Montana. This firm-fixed-price construction contract, estimated to range between $500,000 and $1,000,000, aims to enhance road conditions through maintenance activities such as realignment, clearing, road reconstruction, and culvert installation. The project is significant for improving infrastructure access to the Ringing Rocks Recreation Site while promoting economic opportunities for small businesses, as it is categorized as a Total Small Business Set-Aside. Interested contractors must submit their proposals by the specified deadline, ensuring compliance with federal regulations, and can direct inquiries to Jorge Alvarez at jalvarez@blm.gov by May 1, 2025.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
Y--Crooked Creek Road Improvement Project (GAOA)
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is preparing to solicit proposals for the Crooked Creek Road Improvement Project in Montana, funded by the Great American Outdoors Act (GAOA). This project aims to enhance the safety and functionality of a narrow gravel road by widening, reshaping, and upgrading drainage systems to improve travel conditions for the public. The anticipated contract, valued between $500,000 and $1,000,000, is set aside for small businesses under NAICS Code 237310, with proposals due around June 16, 2025, and contract awards expected by August 1, 2025. Interested contractors should contact Christine Mundt at cmundt@blm.gov for further details and ensure they are registered in the System for Award Management (SAM) to be eligible for award.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
Deferred Trail Maintenance: Logout Clearing and Brushing for the Flathead National Forest
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for deferred trail maintenance services, including log removal and brushing, within the Flathead National Forest in Montana. This initiative aims to address the backlog of maintenance on trails across three districts: Swan Lake, Hungry Horse, and Spotted Bear, ensuring safe and accessible recreational areas for public use. The contract, set aside for small businesses, emphasizes compliance with environmental standards and safety regulations, with work scheduled to commence on June 15, 2025, and conclude by October 15, 2025. Interested contractors should submit their proposals, including technical and price details, to Andrea Haines at andrea.haines@usda.gov, as outlined in the solicitation document 1284LM25Q0018.
Bradbury Janitorial Services
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for comprehensive janitorial services at the Bradbury Dam Field Office located in Santa Barbara, CA. This opportunity is exclusively set aside for small businesses under NAICS code 561720, with a size standard of $22 million, and includes a base year from May 5, 2025, to May 4, 2026, along with four optional renewal years based on performance and need. The selected contractor will be responsible for managing all janitorial tasks, ensuring adherence to safety protocols, and maintaining high standards of cleanliness and environmental safety. Interested vendors must attend a mandatory site visit on April 22, 2025, and submit their proposals by April 29, 2025, at 11:59 PM PST; for further inquiries, contact Joe Molina at joemolina@usbr.gov or call 916-978-5177.