S--BASTENDORFF BEACH CLEANING 2025, COOS BA
ID: 140L4325Q0037Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 12:00 AM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management's Oregon State Office, is seeking qualified small businesses to provide janitorial services for the maintenance of Bastendorff Beach in Coos Bay, Oregon, under a federal contract. The contract, which spans from June 20, 2025, to June 19, 2026, includes responsibilities such as daily cleaning of restroom facilities during peak seasons, garbage collection, and ensuring compliance with performance standards as outlined in a Quality Assurance Surveillance Plan (QASP). This opportunity is significant for maintaining public health and safety at a popular recreational area, with a focus on quality service delivery and contractor accountability. Interested parties should contact Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545 for further details and to ensure compliance with the solicitation requirements.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 6:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) developed by the Bureau of Land Management, Coos Bay Office, outlines monitoring methods for the performance standards related to restroom and garbage maintenance at Bastendorff Beach. The QASP aims to ensure contractors meet the specified quality levels while allowing them flexibility in their operations. Performance management is highlighted as a key approach, focusing on outcomes rather than strict compliance, with the contractor responsible for maintaining quality through a self-regulating quality control program. The document specifies the roles and responsibilities of the contracting officer and the designated contracting representative, who oversee performance evaluations and resolve discrepancies. Required performance standards are detailed, and a range of monitoring techniques, including randomized inspections and customer feedback, support continuous quality improvement. The plan indicates that failure to meet the necessary quality levels, defined as below 90%, will result in proportional deductions from contractor payments. Overall, the QASP serves to maintain high service levels while fostering accountability and responsiveness from contractors.
Apr 7, 2025, 6:05 PM UTC
The document appears to originate from a government file containing various references to Request For Proposals (RFPs), federal grants, and state/local grants. However, the textual content is heavily corrupted, consisting of unreadable and garbled data that obscures the specific information typically found in government proposals or grants. Despite the corruption, the main purpose of such documents usually revolves around guiding organizations or individuals in applying for funding or contracts from government sources, ensuring compliance with specific regulations, and outlining project requirements. These documents typically cover details such as eligibility criteria, funding limits, application procedures, project objectives, and expected outcomes. Unfortunately, due to the significant data corruption, nothing can be extracted in a coherent manner to summarize further. This situation highlights the importance of maintaining data integrity in governmental communications to ensure the accessibility of critical funding and project information for interested applicants.
Apr 7, 2025, 6:05 PM UTC
The document serves as an amendment to a solicitation related to a government contract, identifying critical procedural requirements for contractors. It emphasizes the necessity for contractors to acknowledge the receipt of this amendment by specified methods, such as including acknowledgment on offer copies or through separate communications, to avoid the rejection of their offers. The amendment includes reference to the solicitation number and details a period of performance extending from June 20, 2025, to June 19, 2026. It outlines that all terms and conditions from previous documents remain unchanged, while administrative changes, including potential modifications to payment offices or appropriation data, may also apply. The intention behind this amendment is to ensure compliance and clarity in the bidding process for federal contracts, and it mandates timely responses to facilitate the efficient management of the solicitation. This type of documentation is customary in government contracting to maintain organization and adherence to regulations.
Apr 7, 2025, 6:05 PM UTC
The government document outlines a Request for Quotation (RFP) for a firm-fixed-price contract regarding the maintenance of Bastendorff Beach restrooms and garbage services in Coos County, Oregon. The contract period spans from June 20, 2025, to June 19, 2026, with options for four additional years. Key responsibilities of the contractor include cleaning two restroom buildings daily during high season, five days a week during mid-season, and twice a week during the low season. Specific tasks involve sanitizing restrooms, emptying garbage, monitoring compliance through inspections, and ensuring adequate supply of restroom essentials. The document emphasizes a performance-based approach, focusing on maintaining quality service standards, as assessed through a Quality Assurance Surveillance Plan (QASP). Inspections by a designated Contracting Officer Representative will evaluate contractor performance against predefined benchmarks, with penalties for subpar service levels. Given that the requirement is set-aside for small businesses, this RFP represents an opportunity for eligible firms to compete, while adhering to federal procurement regulations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
I84 EAST BILLBOARD_NHOTIC/FIRE_BAKER
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's Oregon State Office, is soliciting proposals for Billboard Rental Services at the National Historic Oregon Trail Interpretive Center in Vale, Oregon. The contract, which is a firm-fixed-price agreement, requires the selected vendor to design, fabricate, and install billboards that provide directional signage during the spring and summer and fire prevention messages in the fall and winter, with a performance period from June 1, 2025, to May 31, 2026, and the possibility of four one-year extensions. This procurement emphasizes the importance of effective public messaging and aligns with the government's goals of engaging small businesses while ensuring compliance with environmental and safety regulations. Interested parties should contact Benjamin Becker at babecker@blm.gov or call 503-808-6545 for further details regarding the submission process and requirements.
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.
BCLH Stewardship IRSC Phase 1
Buyer not available
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 Beachie Creek and Lionshead fires of 2020, located in Marion County, Oregon. The project involves 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 enhancing forest management practices and mitigating wildfire risks, with an estimated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, and are encouraged to attend a pre-solicitation site visit on November 4, 2024, with the final solicitation expected to be issued around May 2, 2025.
Glennallen Field Office (GFO) Campground Janitoria
Buyer not available
The Bureau of Land Management (BLM) in Alaska is seeking proposals for janitorial services at the Glennallen Field Office Campground, under Solicitation 140L6325Q0018. The contract requires the maintenance of cleanliness and safety in various campgrounds and waysides, with services including garbage removal, cleaning of bear-proof garbage cans, and servicing outhouse units, all while adhering to health standards and OSHA regulations. This initiative is crucial for enhancing visitor experiences in natural areas and ensuring compliance with federal labor standards. Interested small businesses must submit their offers by April 30, 2025, and can direct inquiries to Kristina Maldonado at kmaldona@blm.gov or by phone at 907-271-3208.
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.
S--JANITORIAL SERVICES FOR USGS CHARLESTON, SC FIELD
Buyer not available
The U.S. Geological Survey (USGS) is seeking a contractor to provide janitorial services for its Charleston Field Office located at Cape Romain Headquarters in Awendaw, South Carolina. The contract requires cleaning services to be performed twice a week on Tuesdays and Thursdays, covering various areas including offices, restrooms, and common spaces, with a focus on maintaining cleanliness and compliance with safety regulations. This procurement is significant for ensuring operational efficiency and public health standards within the facility, with a contract period spanning from May 1, 2025, to April 30, 2030, and the option for four additional years. Interested vendors must submit their quotes by April 28, 2025, to Susan Ruggles at sruggles@usgs.gov, and must be registered at https://www.sam.gov/ to be eligible for contract award.
OCEAN BEACH SAND MANAGEMENT
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids from small businesses for a sand management project at Ocean Beach, located within the Golden Gate National Recreation Area in San Francisco, California. The project aims to manage sand accumulation along the O'Shaughnessy seawall to maintain public access and protect surrounding areas, utilizing heavy equipment for sand movement. This procurement is significant for ensuring beach accessibility and environmental integrity, with a firm fixed price contract expected to be awarded for work commencing within 10 days of contract award and lasting until September 2, 2025. Interested parties should contact Juan Roman at juanroman@nps.gov or call 617-939-1144 for further details, and must submit their proposals electronically, adhering to the specified guidelines and deadlines outlined in the solicitation documents.
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.
GARMIN INREACH MULTI-DISTRICT CONTRACT
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for the Garmin InReach Multi-District Contract, aimed at providing satellite communication services across multiple districts in Oregon and Washington. This procurement is specifically set aside for Service Disabled Veteran Owned Small Businesses and encompasses a firm-fixed-price contract that will be effective from May 1, 2025, to April 30, 2030, including a base year and four optional renewal years, with a total of up to 71 Basic Plan and 11 Advanced Plan units required. The services are crucial for ensuring connectivity and safety in remote areas, supporting field employees in their operations while adhering to environmental protocols and federal acquisition regulations. Interested parties can reach out to Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545 for further details regarding the solicitation process.
Wings and Eagles Portable Toilet Rentals
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental and servicing of portable toilets and hand wash stations for the Wings and Eagles Open House at Kingsley Field ANGB in Klamath Falls, Oregon. The contract requires the provision of 110 portable toilets (including 10% handicap accessible) and 22 hand washing stations, with services including delivery, setup, cleaning, and removal scheduled for July 17-21, 2025, along with a clean out and reservice on July 19, 2025. This procurement is particularly significant as it aims to accommodate an estimated attendance of 17,000 individuals, addressing the lack of existing restroom facilities at the event. Interested vendors, particularly Women-Owned Small Businesses, should note that the total award amount is $9 million, and they can reach out to primary contact Caitlin Thinnes at caitlin.thinnes.1@us.af.mil or 541-885-6495 for further details.