S-Redmond Air Center (RAC) Snow Plowing/Removal Services
ID: 1240BE24Q0113Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 3Portland, OR, 972042829, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

HOUSEKEEPING- SNOW REMOVAL/SALT (S218)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for snow plowing and removal services at the Redmond Air Center (RAC), effective from October 1, 2024, for a base year with four optional renewal years. This procurement is exclusively for small businesses, with a NAICS code of 561790 and a size standard set at $9 million. The contractor is responsible for providing all necessary labor, equipment, and materials to clear roadways, ramps, and sidewalks to commercial standards whenever snow accumulates to three inches or more. Specific tasks and optional services are detailed in a price schedule, including various levels of snow plowing and sidewalk removal, with requirements for timely service and safety measures. Contractors must provide a technical proposal highlighting past performance and capability, along with a price proposal that includes all items listed. Evaluation will focus on technical ability, price, and past experience. The document emphasizes the necessity for compliance with various federal procurement standards and regulations, ensuring all work aligns with established quality and safety measures. The RFQ serves as a vital tool for the government to engage small businesses for necessary winter maintenance at the RAC.
    The USDA issued a Performance Work Statement for snow removal services at the Redmond Air Center in Oregon, encompassing a contractual obligation for one base year plus four optional years. The contractor is responsible for providing all necessary materials, labor, and equipment for efficient and safe snow plowing, ensuring minimal road deterioration and protecting surrounding landscaping. Key tasks include timely snow removal from roadways and parking areas, eradicating snow accumulation from sidewalks and entrances, and conducting thorough inspections to preempt potential hazards. The contractor must adhere to safety standards, maintain a Quality Control Program to monitor performance, and ensure compliance with security regulations, including the issuance of ID cards to personnel. Performance metrics target prompt responses to snow depth, aiming to resolve snow conditions within specified timeframes, with evaluations conducted by the Contracting Officer's Representative. Overall, the document outlines a structured approach to ensuring quality and responsiveness in snow management operations to maintain safety and accessibility at the facility.
    The document pertains to the USDA Forest Service's Regional Aviation Group and outlines communication details for the Redmond Air Tanker Base located in Central Oregon. It includes references to various streets and coordinates relevant to the interagency dispatch operations, emphasizing the importance of location management for aviation support in forest services. The layout indicates a systematic approach to integrating different functional areas for aviation and fire management. This document serves as logistical information pertinent to federal grants or requests for proposals (RFPs) focused on optimizing aerial firefighting capabilities and enhancing interagency coordination in wildfire response efforts.
    The U.S. Department of Labor's Wage Determination No. 2015-5565 outlines wage requirements under the Service Contract Act for contractors in Deschutes County, Oregon. It mandates adherence to minimum wage rates established by Executive Orders 14026 and 13658, with a minimum wage of $17.20 per hour for contracts initiated or renewed after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The determination provides a comprehensive list of occupations, their corresponding wage rates, and fringe benefits. All classified workers are entitled to $5.36 per hour for health and welfare, annual paid vacation, and holiday pay. Additional stipulations include mandatory paid sick leave for federal contractors as per EO 13706, which grants 1 hour of paid leave for every 30 hours worked, capping at 56 hours per year. Wage determination also outlines the conformance process for unlisted employee classifications to ensure fair compensation. This document is crucial for compliance in federal contracts and grants, promoting equitable wage standards and worker rights in service jobs within the government contracting landscape. It emphasizes accountability for contractors to adhere to established wage rates and employee benefits.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S208 - Lawn Maintenance at the Redmond Air Center
    Active
    Agriculture, Department Of
    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.
    Flathead NF Hungry Horse RD Snow Removal Services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for snow removal services at the Hungry Horse Ranger District in Montana. The contract encompasses snow removal, sanding, and snowbank removal, with a performance period from December 1, 2024, to November 30, 2029, including options for up to four additional years. This service is critical for maintaining accessibility and safety in the area, ensuring that operations can continue smoothly during winter months. Interested small businesses must submit their technical proposals and price quotations by the specified deadline, and they can contact Brenda G. Dwyer at brenda.dwyer@usda.gov for further information regarding the solicitation.
    127EAS24Q0004 Calaveras RD Snow Grooming
    Active
    Agriculture, Department Of
    The Department of Agriculture, Forest Service, is seeking a commercial contractor to provide snow grooming services on the Calaveras Ranger District of the Stanislaus National Forest in Murphys, CA. The contractor will be responsible for maintaining a smooth surface on snowmobile trails, allowing for safe travel at a maximum speed of 35 MPH. The trails to be groomed include Bear Valley Trail, Highway 4, and Spicer Reservoir Road. The contractor must provide all necessary labor, equipment, supplies, and transportation. The procurement is set aside for total small business. Interested offerors must submit a technical proposal, price proposal, and representations and certifications by email to robert.briney@usda.gov. The evaluation factors include price, technical capability, and past performance. The contract will be awarded to the responsible offeror whose proposal is most advantageous to the government.
    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.
    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.
    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.
    S2--OPTION - Snow Removal
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide snow removal services under the solicitation titled "S2--OPTION - Snow Removal." The procurement aims to secure landscaping services as outlined in the Statement of Work, ensuring that the selected vendor meets or exceeds the specified requirements. This contract is crucial for maintaining operational efficiency during winter months at various facilities, thereby supporting the agency's mission. Interested sellers must submit their bids through the Unison Marketplace by September 23, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
    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.
    Snow Removal Services MO081 Multi-Site
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide snow removal services at two locations in Missouri under solicitation W911SA25Q3012. The contract requires the contractor to deliver labor, equipment, and materials for snow and ice removal to ensure safe access to roadways, sidewalks, and parking areas, with a performance period from November 1, 2024, to October 31, 2025, and options for four additional years plus a six-month extension. This procurement is crucial for maintaining operational safety during winter conditions at Army Reserve facilities, emphasizing the importance of timely and effective snow removal services. Interested vendors must submit their quotes by September 27, 2024, to Kayla Christian at kayla.j.christian.civ@army.mil, ensuring all required documentation is included to be considered for award.