LITTLE ROCKIES REC MAINTENANCE CONTRACT
ID: 140L3625Q0031Type: Solicitation
AwardedApr 24, 2025
$16.8K$16,750
AwardeeGERMRIP LLC 35 W EDWARDS ST Edmond OK 73003 USA
Award #:140L3625P0034
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.