Corvallis Forest Science Lab Security Services - USDA/FS Corvallis Location
ID: 1240BG25Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 5PORTLAND, OR, 97204, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide security services for the Corvallis Forest Science Lab located in Corvallis, Oregon. The procurement involves a security patrol service aimed at ensuring personnel safety, preventing theft, and maintaining grounds security, particularly in response to increasing crime in the area. The contractor will be responsible for conducting nightly foot and drive-through patrols, securing the facility, and documenting activities, with the contract lasting for one year and the option for four additional years. Interested vendors must submit their quotes by July 7, 2025, to Jennifer Olson at jennifer.olson2@usda.gov, and are encouraged to review the attached wage determination and solicitation documents for compliance and submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA-Forest Service, Pacific Northwest Research Station's Corvallis Forestry Sciences Laboratory requires a security patrol service to ensure personnel safety, prevent theft, and maintain grounds security, due to increasing crime in the area. The contractor is tasked with providing a nightly random foot patrol and a separate nighttime drive-through patrol from 11 PM to 4 AM, ensuring the security of the facility, outbuildings, and vehicles. Responsibilities include checking doors and windows, securing any unsecured areas, and documenting patrol activities in logs, which are to be emailed weekly to the Contracting Officer’s Representative. The contract commences within 30 days of awarding and lasts for one year with the option for four additional years. The contractor must provide all necessary resources for these services and ensure their employees maintain professional conduct and uniformity while on duty. All operations must adhere to applicable federal, state, and local regulations, and immediate communication with authorities is required if any suspicious activities are noted.
    The document outlines Solicitation Number 1240BG25Q0029, a Request for Quote (RFQ) for security patrol services at the Corvallis Lab in Oregon. This procurement targets small businesses under the NAICS code 561612, with a size standard of $29 million. Quotes are requested for a base requirement plus four optional years of service. Interested vendors must submit a technical quote addressing past performance and technical capability, alongside a price quote and required representations and certifications. The evaluation will weigh technical capability, past performance, and price. Responses are due by July 7, 2025, with submission details specified. The document reinforces the importance of compliance with federal regulations and encourages proactive engagement with the System for Award Management (SAM) for eligibility. Overall, this solicitation reflects the government’s commitment to securing essential services while fostering small business participation in federal contracts.
    The document outlines Wage Determination No. 2015-5567 from the U.S. Department of Labor concerning minimum wage rates and fringe benefits required under the Service Contract Act (SCA) for federal contracts in Oregon's Benton County. This determination mandates adherence to minimum wage standards set by either Executive Order 14026, which requires a minimum wage of $17.75 per hour for contracts initiated on or after January 30, 2022, or Executive Order 13658, with a minimum of $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, without renewal. The document lists specific occupational classifications along with their corresponding wage rates and outlines additional benefits such as paid sick leave, vacation, and health and welfare benefits. Additionally, it explains the process for classifying unlisted occupations and requests for wage rate conformance. The document serves as guidance for federal contractors to ensure compliance with federal wage standards while fulfilling service contracts, thus contributing to equitable compensation in the labor market.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    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.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).