GROUNDS MAINTENANCE IN WILLAMETTE VALLEY
ID: W9127N25QA0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a contractor for grounds maintenance services within the Willamette Valley Project in Oregon, covering locations from Lookout Point Lake to Green Peter Lake. The contract, which is a firm-fixed-price agreement, encompasses a base year and four optional years, requiring the contractor to provide all necessary labor, equipment, and materials while adhering to safety and performance standards outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining public recreational areas and ensuring compliance with environmental management practices, with a total award amount of $9,500,000. Interested parties should contact Jessica Manley at jessica.manley@usace.army.mil for further details and to ensure compliance with the total small business set-aside requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a notification regarding technical issues with an Adobe PDF viewer, preventing access to the intended content. It suggests upgrading the software to view specific government files related to federal RFPs, grants, and local RFPs. The message is largely administrative, explaining compatibility concerns with specific operating systems and offering links for assistance. There are no details provided about any grants, proposals, or projects, indicating that the critical information is inaccessible due to the technical issue. Consequently, the summary is limited to the content provided, focusing on the need for software updates to access important government documentation that might pertain to funding opportunities and proposals. Therefore, the essence of the document revolves around facilitating access to government resources that may contain significant information for potential applicants or agencies.
    The document outlines requirements for accessing and utilizing Adobe Reader, specifically version 8 or higher, to view a government file. It highlights the potential issues users may encounter if the software is not installed or improperly configured, hindering their ability to view important content related to federal government RFPs (Request for Proposals), federal grants, and state and local RFPs. Users are directed to Adobe's official website for installation guidance and configuration tips to ensure proper functioning of Adobe Reader. This information is essential for facilitating access to government documents that require this software for viewing, underscoring the importance of technology in processing governmental requests and grants effectively.
    The document outlines a comprehensive revision of the U.S. Army Corps of Engineers' Engineering Manual EM 385-1-1, now titled "Safety and Occupational Health Requirements." Dated March 15, 2024, this revision aims to enhance safety protocols for all personnel engaged in USACE operations, including military, civilian, and contractors. Key changes include the establishment of the Corps of Engineers Safety and Occupational Health Management System (CE-SOHMS), removal of redundant language, and new requirements for Site Safety and Health Officers. The manual emphasizes hazard identification, risk assessment, and mandatory training for employees and supervisors, reinforcing the necessity of safe work environments. The document specifies the roles and responsibilities of various stakeholders in the safety management process, including employees, supervisors, and Quality Assurance Representatives (QARs). Guidelines for medical evaluations, emergency response plans, equipment inspections, and reporting of accidents are detailed. The revision emphasizes the need for compliance with applicable federal, state, and local regulations while maintaining the highest safety standards. This revitalized manual is crucial for fostering a culture of safety in USACE's diverse operational contexts and ensuring adherence to best practices in occupational health.
    The U.S. Army Corps of Engineers, Portland District, is seeking a contractor for grounds maintenance services across several locations within the Willamette Valley Project in Oregon, spanning from Lookout Point Lake to Green Peter Lake. This firm-fixed-price contract covers a base year and four optional years, ranging from the award date through March 2030. The contractor must supply all necessary labor, equipment, and materials while adhering to stringent safety and performance standards outlined in the Performance Work Statement (PWS). Specific tasks include mowing, trimming, and maintaining clear areas around facilities while preventing the spread of invasive species. Emphasis is placed on maintaining high-quality vegetation management while ensuring public safety and compliance with local, state, and federal regulations. The contractor must also submit regular reports, maintain safety standards, and ensure proper documentation of all personnel and equipment utilized. Overall, the project underscores the Corps' commitment to environmental management and operational efficiency in public recreational areas.
    The Quality Assurance Surveillance Plan (QASP) for Willamette Valley Grounds Maintenance in Linn and Lane Counties, Oregon, outlines methods for ensuring service compliance as per the performance work statement (PWS). The plan emphasizes oversight through contractor quality control, shifting the government's role to that of insight. The Willamette Valley Project includes various recreational facilities and focuses on flood management, power generation, and environmental stewardship. The contractor is responsible for mowing services across project areas, maintaining quality control, and fostering positive relations with Corps personnel. Quality metrics are defined, with specific performance objectives and acceptable quality levels established, ensuring thorough inspection and compliance monitoring by the Contracting Officer's Representative (COR). The plan details potential contractor deficiencies and corrective actions while prioritizing safety and environmental standards. The consistent monitoring and adjustment of oversight levels depend on contractor performance confidence. This QASP exemplifies the government's effort to maintain high service quality in alignment with federal contracting standards.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract concerning the New Willamette Valley Project Grounds Maintenance Services. The government seeks services such as mowing, edging, trimming, and invasive weed control across several sites in Oregon, covering a duration from April 2025 to March 2030, with options for multiple years. The total award amount is set at $9,500,000, and the evaluation criteria focus on past performance and pricing, highlighting essential qualifications related to mowing and landscaping experiences on specified acreage. Relevant Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses are included, ensuring compliance with statute requirements. The document emphasizes the importance of following federal, state, and local regulations throughout the contract. Overall, it aims to provide essential grounds maintenance while promoting opportunities for economically disadvantaged and veteran-owned businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    Landscaping and Ground Maintenance Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for landscaping and ground maintenance services at the Missouri River Project Office in Omaha, Nebraska. The contract, classified as a total small business set-aside, requires the contractor to provide comprehensive grounds maintenance, including mowing, trimming, fertilization, and weed control, over a base year with four optional renewal years. This procurement is crucial for maintaining the aesthetic and ecological integrity of government-managed lands while ensuring compliance with federal environmental regulations. Interested contractors should direct inquiries to Tina L. Keimig at tina.l.keimig@usace.army.mil, with proposals due by the specified deadline outlined in the solicitation documents.
    Grounds Maintenance Services for Facility MO015 at Joplin, MO
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting bids for Grounds Maintenance Services at the Army Reserve facility MO015 in Joplin, Missouri. The contract requires comprehensive lawn maintenance, including mowing, aeration, weed control, and seasonal clean-ups, with a performance period spanning from April 1, 2025, to March 31, 2026, and options for extensions through March 2030. This procurement is crucial for maintaining the facility's grounds to ensure a clean and professional appearance while adhering to safety and regulatory standards. Interested small businesses, particularly those that are women-owned, must submit their proposals by the specified deadline, with an estimated total award amount of $9,500,000. For further inquiries, potential bidders can contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil or Misty Branam at misty.s.branam.civ@army.mil.
    Spring Chinook salmon spawning surveys above Green Peter Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking qualified contractors to conduct spawning surveys of Spring Chinook salmon above Green Peter Dam in Oregon. The contract, which is a firm-fixed price for a duration of 12 months, requires the contractor to provide personnel, equipment, and materials necessary for conducting comprehensive surveys, including carcass sampling and the delivery of detailed reports. This project is crucial for assessing salmon abundance, distribution, and spawning behavior, particularly in Quartzville Creek and the Middle Santiam River, with results to be reported monthly to the contracting officer’s representative. Interested parties should contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil for further details, with a final report and presentation due by April 30, 2026.
    Grounds Maintenance Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified contractors to provide Grounds Maintenance Services at the Washington Aqueduct in Washington, D.C. The procurement involves a Fixed Price contract for maintaining approximately 129 acres, which includes tasks such as mowing, trimming, fertilizing, weeding, mulching, and debris removal, with a structured weekly work schedule to track completed and scheduled tasks. This maintenance is crucial for ensuring the health and aesthetic quality of the grounds while adhering to government regulations and environmental considerations, particularly avoiding harmful herbicides and chemicals. Interested parties can contact Monique Euter at monique.l.jones@usace.army.mil or 410-962-0972, or Vincent Gier at vincent.j.gier@usace.army.mil or 410-962-2584 for further details.
    Boundary Maintenance Services, Westville Lake, Southbridge, MAMA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – New England District, is seeking contractors for Boundary Maintenance Services at Westville Lake in Southbridge, Massachusetts. The primary objective of this contract is to provide identification, clearing, and marking of USACE Fee Property boundaries, covering approximately 11.82 miles, with an optional task for an additional 8.15 miles. This service is crucial for maintaining the integrity and visibility of property lines managed by the Corps. The solicitation is set to be released on or about February 20, 2025, and interested vendors must have an active registration in SAM.gov to be eligible for consideration. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Grounds Maintenance Services, Townshend Lake, Townshend, VT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at Townshend Lake in Townshend, Vermont. The procurement is set aside for small businesses and aims to ensure the upkeep and aesthetic quality of the grounds, which is essential for maintaining the facility's operational readiness and environmental standards. This opportunity falls under the NAICS code 561730 for Landscaping Services and is categorized under PSC code S208 for housekeeping and groundskeeping services. Interested parties should contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478 for further details regarding the solicitation process.
    Grounds Maintenance Services for MO001, Belton, MO
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide Grounds Maintenance Services for the facility located in Belton, Missouri. The contract, identified by requisition number W911SA25QA073, encompasses essential services such as basic grounds maintenance, weed control, and seasonal cleanup, with a total award amount of approximately $9.5 million for the period from February 18, 2025, to March 31, 2026. This procurement is particularly significant as it aligns with federal initiatives to promote diversity in contracting, targeting women-owned small businesses. Interested parties should reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further details and to ensure compliance with the outlined federal regulations and requirements.
    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.
    McNary Lock & Dam Armed Guards Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide armed guard services for the McNary Lock and Dam located in Umatilla, Oregon. The procurement involves a firm fixed-price contract that includes one base year and four optional years, requiring contractors to deliver comprehensive security staffing, including access control and physical security monitoring, while adhering to federal and state laws. This initiative is crucial for enhancing security at critical infrastructure, ensuring that guards are properly licensed, trained in incident response and weapon handling, and maintain high standards of conduct. Interested parties can contact Mary Seiner at mary.l.seiner@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further details, with the expectation of rigorous performance evaluation criteria to ensure accountability throughout the contract duration.