Angell JCC Yachats Oregon Life Safety
ID: 12441925Q0016Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC EASTWashington, DC, 202500001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS (J056)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:00 PM UTC
Description

The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for a construction project at the Angell Job Corps Civilian Conservation Center in Yachats, Oregon. The project requires contractors to supply all necessary labor, materials, equipment, and licenses to complete various tasks, including the installation of door panic hardware, roof repairs, and masonry work, with an estimated budget between $100,000 and $250,000. This initiative is crucial for maintaining safety and compliance within the facility, ensuring that it meets federal standards for construction materials and practices. Interested contractors must submit sealed bids by April 22, 2025, and direct any inquiries to the contracting officer, Jordan Carlsen, at jordan.carlsen@usda.gov by April 12, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 3:06 PM UTC
The solicitation document outlines a Request for Proposal (RFP) from the USDA Forest Service for construction work at the Angell Job Corps Civilian Conservation Center in Yachats, Oregon. Contractors are required to provide labor, materials, and equipment to fulfill the specified Scope of Work (SOW), which includes multiple items such as electrical door hardware, roofing repairs, and masonry work, with an estimated project cost between $100,000 and $250,000. Offers must be submitted sealed by April 22, 2025, and require contact information for any inquiries directed to the contracting officer, Jordan Carlsen. The performance period is defined, with contractors expected to commence work within 10 days of notification and complete it within 90 days, adhering to federal regulations regarding contracts and insurance. This document emphasizes the importance of technical capability, past performance, and compliance with various standards to foster a competitive and transparent bidding process. The intent is to ensure the project aligns with government procurement practices while providing essential facilities improvement.
Apr 9, 2025, 5:09 PM UTC
This solicitation by the USDA Forest Service requests proposals for a construction project at the Angel Job Corps Civilian Conservation Center in Yachats, Oregon. The work involves supplying all necessary labor, materials, equipment, and licenses to execute the outlined scope of work (SOW) for various items, including door panic hardware and roof repairs. The estimated project budget is between $100,000 and $250,000, with a completion window of 90 days after the notice to proceed. Interested contractors must submit sealed bids by April 22, 2025, and are encouraged to address any inquiries to the contracting officer, Jordan Carlsen, via email by April 12, 2025. Compliance with performance and payment bond requirements is mandatory. The evaluation of bids will be based on the lowest price that is technically acceptable and past performance, rated on a pass/fail basis. This solicitation underscores the government’s commitment to maintaining and improving facilities while ensuring safety, regulatory compliance, and the use of domestic construction materials per federal guidelines.
Mar 6, 2025, 2:07 PM UTC
The Angell Job Corps Civilian Conservation Center is initiating a construction project focusing on enhancing life safety measures across multiple buildings. The project encompasses various tasks, including installing panic hardware on doors, roof reconstruction, stairway upgrades, masonry repairs, and hazardous material storage improvements. Contractors are expected to provide all necessary materials, labor, and licenses while adhering to stringent industry codes and standards, including NFPA and ICC regulations. Work is scheduled during weekdays to minimize disruption to the Center's operations, with strict site management to maintain accessibility for emergency services. An emphasis on safety precautions, environmental protection, and quality control ensures compliance with governmental oversight. The contractor must secure third-party inspections for electrical work and detail any deficiencies in a report to be reviewed by the contracting officer. The project schedule outlines several key milestones, including pre-construction conferences and submission of various documentation by specified deadlines. Furthermore, a strong focus on coordination and communication with the Government during construction is crucial to successfully managing site operations and ensuring compliance with the established requirements. This comprehensive approach reflects the Government's commitment to enhancing safety and functionality within the Job Corps facility.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
BCLH Stewardship IRSC Phase 3
Buyer not available
The U.S. Department of Agriculture, Forest Service is soliciting proposals for the BCLH Stewardship IRSC Phase 3 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead Fires in Marion County, Oregon. The project involves cutting and removing fire-killed timber, managing hazard trees, and performing essential road maintenance and reconstruction tasks to restore access to critical routes while promoting environmental stewardship. This initiative is crucial for enhancing forest health and ensuring safe access to recreational areas, with a contract period extending from March 12, 2025, to October 15, 2029. Interested contractors must submit their proposals, including a bid guarantee, by the specified deadlines, and can contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further information.
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 in areas affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Detroit Ranger District and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access routes. This initiative is critical for enhancing public safety and forest management, with an estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work between $500,000 and $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 July 2, 2025, and contract awards planned for September 3, 2025.
Pendleton Building Repairs Project A (Pendleton, OR)
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for the Pendleton Building Repairs Project A, located at the Columbia Plateau Conservation Research Center in Adams, Oregon. The project entails extensive renovations to buildings constructed between 1970 and 1986, focusing on upgrading mechanical and electrical systems, modernizing architectural features, and abating hazardous materials, with a construction budget estimated between $500,000 and $1,000,000. This initiative is crucial for enhancing the operational efficiency and safety of the research facilities, ensuring compliance with current regulations and standards. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Spencer Hamilton at spencer.hamilton@usda.gov.
Hut DxP NPL Stewardship IRSC -R6 Deschutes National Forest, Bend/Fort Rock Ranger District, OREGON
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Hut DxP NPL Stewardship Integrated Resource Service Contract (IRSC) in the Deschutes National Forest, located in Bend, Oregon. The primary objectives of this procurement include restoring forested areas to their historic conditions, enhancing native vegetation resilience, and reducing wildfire risks to adjacent private lands through various activities such as timber removal, road reconstruction, and environmental management. This project is significant for promoting sustainable forestry practices and ensuring ecological integrity while addressing community needs. Interested contractors should note that a pre-bid site visit is scheduled for May 6, 2024, and all work must be completed by November 30, 2032. For further inquiries, potential bidders can contact Ingrid Anderson at ingrid.anderson@usda.gov or Lindsey Dalton at lindsey.dalton@usda.gov.
OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the design and construction of the Cackler Marsh Bridge at Baskett Slough National Wildlife Refuge in Dallas, Oregon. Contractors are required to submit sealed bids for a firm fixed-price construction contract, which includes providing all necessary labor, materials, and supervision to fulfill the project's specifications and drawings. This infrastructure project is significant for enhancing access and conservation efforts within the refuge, with a contract value estimated between $500,000 and $1 million, and work expected to commence on June 12, 2025, and conclude by December 31, 2026. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov and ensure compliance with all outlined requirements, including securing performance and payment bonds.
OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
Buyer not available
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.
F--BIL_BAR_Horning Seed Orchard Field Fence Installation for the BLM-Portland Offi
Buyer not available
The Bureau of Land Management (BLM), Oregon State Office, is seeking proposals for the installation of field fencing at the Horning Seed Orchard in Colton, Oregon. This procurement is specifically set aside for Women-Owned Small Businesses and involves a firm fixed price construction contract with a project magnitude estimated between $25,000 and $100,000. The successful contractor will be required to complete the installation within 60 days following the issuance of the Notice to Proceed (NTP), with the solicitation expected to be released around May 1, 2025. Interested parties can contact Susanne Clark at susanneclark@blm.gov or by phone at 503-808-6494 for further details.
Maps Uploaded
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide herbicide application services for invasive plant control in Southern Lane County, Oregon, as part of the Willamette Valley Project. The contract involves managing approximately 234.2 acres across 14 parcels, focusing on the treatment of invasive species to protect native ecosystems and endangered species. This initiative is crucial for maintaining ecological balance and adhering to federal environmental regulations. Interested contractors should submit quotes to Raymie Briddell and Darrell Hutchens by April 23, 2025, with a total contract value of $22 million and services expected to commence between June 1, 2025, and May 31, 2026.
Blackwell Job Corps Center
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Blackwell Job Corps Center roofing project located in Laona, Wisconsin. The procurement involves providing all necessary labor, materials, equipment, and services for the rehabilitation of multiple roofs, including carpentry work and chimney demolition, with additional optional items for various residential buildings. This project is a total small business set-aside and will be awarded based on a Lowest Priced Technically Acceptable (LPTA) evaluation process, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit their bids by May 12, 2025, and can contact Jordan Carlsen at jordan.carlsen@usda.gov or 463-212-3000 for further information.
F--Oregon Caves National Monument & Preserve (ORCA) - Fiscal Year 25 Hazardous Tre
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project involving the felling and removal of approximately 600 designated hazard trees at the Oregon Caves National Monument & Preserve (ORCA). The primary objective is to ensure safety by removing trees that pose a risk within 100 feet of key infrastructure, including roads, buildings, and trails, with a focus on trees ranging from 12 to over 36 inches in diameter. This project is critical for maintaining the safety and accessibility of the park, and it is anticipated that the solicitation will be issued after May 1, 2025, with a contract performance period from June 1, 2025, to September 30, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or by phone at 202-339-7772.