Rogue River Basin Grounds Maintenance
ID: W9127N25QA010Type: 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 at the Rogue River Basin Project in Medford, Oregon. The contract, valued at approximately $9.5 million, involves managing and maintaining lawns, unimproved grounds, paved areas, and trails, ensuring compliance with local, state, and federal regulations as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining public recreational spaces and ensuring safety and accessibility for visitors. Interested parties, particularly Women-Owned Small Businesses, are encouraged to attend a pre-bid meeting on March 25, 2025, at 2 PM PDT, and should direct inquiries to Jessica Manley at jessica.manley@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a corrupted file that cannot be properly interpreted or summarized due to its unreadable nature. It contains garbled text and seems to lack coherent information that can be synthesized into a meaningful summary. As it stands, it is not possible to extract any main topic, key ideas, or supporting details from this document, nor to summarize or analyze its content effectively. Therefore, no substantive summary can be derived from what is presented. Further investigation or retrieval of an intact document would be necessary for accurate analysis.
    The document appears to be a placeholder for a federal government RFP, likely geared towards providing information about upcoming requests for proposals, grants, and funding initiatives at various governmental levels. However, it does not contain any substantial content or details to analyze. The structure suggests it was intended to guide users on accessing the actual document, potentially indicating issues with the display format. This missing content is critical for understanding the specific projects, requirements, or funding opportunities that were to be highlighted. As such, the main topic and purpose revolve around facilitating information access regarding federal and state/local opportunities, underlining the importance of upgrading technology to view governmental documents effectively.
    The document highlights compatibility issues with accessing a specific file, indicating that users need Adobe Reader version 8 or higher to view its contents. It suggests that the user's system may lack the necessary software or not be properly set up to support Adobe Reader. For resolution, it provides a link to Adobe's site for guidance on installation and configuration. This information is relevant as it emphasizes the importance of having appropriate software to engage with government documents such as RFPs and grants, illustrating a potential barrier for users in accessing critical federal, state, and local funding opportunities. Proper access to these files is essential for stakeholders involved in government contracting and grant applications, underlining the need for adequate technical resources.
    The U.S. Army Corps of Engineers has released a revised manual, EM 385-1-1, titled "Safety and Occupational Health Requirements," effective March 15, 2024. This revision highlights the establishment of a new management system, the Corps of Engineers Safety and Occupational Health Management System (CE-SOHMS), aimed at enhancing workplace safety by streamlining protocols and reducing redundancies. Key modifications include the introduction of requirements for Site Safety and Health Officers, vehicle and machinery safety, fire prevention measures, and sanitation protocols related to food service. The updated manual applies to all Corps personnel and contractors, enforcing compliance with stringent safety standards. Essential components include thorough training for employees, comprehensive inspection requirements, and robust risk management processes outlined in Activity Hazard Analysis (AHA). The manual emphasizes the importance of adhering to all applicable laws and best practices while promoting a culture of safety throughout the organization. By enhancing safety protocols, this initiative underscores the Corps' commitment to occupational health and risk management in construction and other operational activities.
    The document outlines the Vegetation Control Plan for the William L. Jess Dam, detailing the management and maintenance of vegetative areas surrounding the dam's structure. It classifies areas into three priority levels: high, medium, and low. High-priority areas include the dam structure, abutments, toe, survey lines of sight, and instruments, necessitating strict vegetation control methods. Medium priority covers the spillway channel and regulation outlet structure, while the lower priority includes regions upstream and in the lower tailrace. The control zones are delineated into vegetation-free zones and maintenance areas, specifying the type of vegetation allowed. This plan is essential for maintaining dam safety and operational efficacy by ensuring clear lines of sight and protecting critical structural elements. The documentation serves as a guideline for federal and local RFPs aimed at maintaining infrastructure integrity and environmental compliance.
    The document outlines the vegetation control plan for the William L. Jess Dam, emphasizing the management of areas around the fish facilities. It categorizes zones into two main types: a Vegetation-Free Zone designated for grass only, and a Vegetation Maintenance Area, which permits grass and brush but prohibits trees. The overarching goal of this plan is to manage vegetation effectively to support the dam's operations and ecological balance. Notably, the document prioritizes vegetation control efforts at the fish facilities, designating this task as having a low priority. This suggests a focused approach on maintaining specific areas while indicating that other regions may require more urgent attention. The context of this plan likely intersects with governmental responsibilities in environmental management and adherence to guidelines set forth in RFPs and federal/state grants related to dam safety and ecological preservation.
    The Applegate Dam Vegetation Control Plan outlines management strategies for vegetation around the dam structure to ensure operational efficiency and safety. The plan categorizes areas of vegetation control into three priority levels: high, medium, and low. High priority areas include the dam structure, abutments, toe, survey lines of sight, and instruments, where vegetation must be closely monitored and maintained as a vegetation-free zone. Medium priority includes the spillway channel, regulating outlet structure, and upper tailrace area, requiring less stringent control measures. Low priority areas involve the lower tailrace and upstream areas, where vegetation management is less crucial. Additionally, the document notes that a proposed new hydropower plant may necessitate adjustments to this vegetation management strategy. Overall, the plan aims to balance safety, functionality, and environmental considerations in the management of the Applegate Dam's surrounding vegetation.
    The document outlines a Performance Work Statement (PWS) for grounds maintenance services at the Rogue River Basin Project (RRBP) in Jackson County, Oregon. The main purpose is to hire a contractor for the management and upkeep of lawns, trails, and landscaped areas, ensuring safety and accessibility for public use. The contract, effective from April 1, 2025, to March 31, 2026, includes options for three additional one-year periods. Responsibilities of the contractor encompass regular lawn mowing, trimming, debris removal, pest control, and herbicide application, all in compliance with federal and local regulations. Key elements include the requirement for a Quality Control Plan and adherence to environmental safety standards. The government provides necessary permits and keys, while the contractor must maintain high operational standards, submit monthly schedules, and ensure public safety during maintenance activities. Performance will be evaluated through periodic inspections, with specific standards set for various tasks. The document exemplifies the federal contracting process, emphasizing meticulous attention to detail in service execution and compliance with safety regulations, underscoring the government's commitment to maintaining public recreational spaces responsibly.
    The document outlines a Performance Work Statement (PWS) for grounds maintenance services at the Lost Creek Lake Grounds, part of the Rogue River Basin Project in Jackson County, Oregon. The contract mandates comprehensive management and upkeep of lawns, trails, and landscaping, ensuring these areas remain safe and appealing for public and operational use. The contractor is responsible for providing all personnel, equipment, and necessary materials while adhering to local, state, and federal regulations. Services will be performance-based and executed throughout the year, with defined tasks including mowing, edging, shrub maintenance, and pest management. Specific safety protocols, herbicide application guidelines, and strict quality control measures govern the contractor's operations. The contract has a base period from April 2025 to March 2026, with options for three additional years. Government responsibilities include providing environmental compliance documentation and necessary keys, while the contractor must establish a quality control plan. The summary underscores the project's focus on maintaining high standards of appearance and functionality in managed areas, with the overarching aim of ensuring safe recreational spaces for public enjoyment.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring contractor performance related to grounds maintenance at Lost Creek Lake under the Rogue River Projects. Its primary purpose is to systematically assess whether the contractor meets the performance standards set forth in the Performance Work Statement (PWS) and to ensure the government pays only for services received. The plan emphasizes a performance management approach that focuses on outcomes rather than compliance, allowing contractors flexibility in their methods as long as they achieve the required results. Key components include defining roles for the Contracting Officer and Contracting Officer’s Representatives (CORs), outlining performance standards, and establishing methodologies for monitoring performance through inspections and customer feedback. Performance objectives are detailed in a summary attachment, which specifies acceptable quality levels for maintenance tasks. The document reinforces the importance of maintaining communication with customers for satisfaction measurement and highlights reporting procedures for performance evaluations. Overall, the QASP serves as a framework for quality assurance in government contracts, ensuring effective project management and accountability in service delivery.
    This document outlines a solicitation for grounds maintenance services for the Rogue River Basin Project by the U.S. Army Corps of Engineers, targeting Women-Owned Small Businesses (WOSB). The solicitation specifies a requirement for various maintenance tasks, such as mowing, trimming, debris removal, and trail upkeep, across multiple recreational and administrative locations for an anticipated contract duration of 12 months, with optional line items for additional areas and services. The total contract value is estimated at $9.5 million, emphasizing the importance of maintaining high-quality, safe facilities. The document details essential administrative procedures, including submission deadlines, specific contact persons, and guidelines for offer submissions. It integrates pertinent Federal Acquisition Regulation (FAR) clauses, ensuring compliance with federal contracting standards, labor laws, and provisions specific to small business participation. Additionally, it mandates the contractor to uphold environmental responsibilities, employing best practices for sustainability and safety. This solicitation ultimately aims to improve recreational conditions through regulated maintenance while supporting economically disadvantaged small businesses within the federal procurement process.
    This document is a solicitation for commercial products and services tailored for Women-Owned Small Businesses (WOSB), specifically focusing on grounds maintenance services for the Rogue River Basin Project. The primary requisition is numbered W9127N25QA0100001 with an estimated total award amount of $9.5 million. Key services outlined include mowing, edging, trimming, turf repair, and removing vegetative debris, which must be conducted according to specific performance standards detailed in the Performance Work Statement. The document specifies various locations for these services across parks and recreational areas, indicating that maintenance will occur year-round with seasonal requirements. Additional clauses governing the contract, such as various Federal Acquisition Regulation (FAR) provisions, ensure compliance with federal regulations, including whistleblower protections, service contract labor standards, and guidelines for utilizing small business concerns. This solicitation is pivotal in supporting the government’s commitment to awarding contracts to small women-owned businesses while ensuring high standards of rejuvenation for public recreational spaces. The details highlight operational, legal, and performance mandates essential for contractors be to officially recognized in federal procurement processes.
    The document outlines a solicitation for grounds maintenance services related to the Rogue River Basin Project. The main purpose is to establish a contract with a Women-Owned Small Business (WOSB) to perform various turf maintenance activities including mowing, trimming, shrub maintenance, and debris removal across designated parks and recreation areas. The contract, facilitated by the U.S. Army Corps of Engineers, is valued at approximately $9.5 million and includes multiple line items for different locations and services, structured as firm-fixed-price jobs set for a period of 12 months. The solicitation details the responsibilities of the contractor, emphasizing the need for regular maintenance to meet appearance and safety standards in public recreational areas. It includes specific requirements for inspections and acceptance of completed work, mandates adherence to federal acquisition regulations, and incorporates various clauses pertinent to small businesses and service contracts. Overall, this solicitation not only promotes the participation of women-owned businesses in federal contracts but also aims to ensure high-quality maintenance of public recreational spaces.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Support Services at the W. Kerr Scott Reservoir in North Carolina. The contract aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, trails, and government-owned equipment, ensuring they remain safe, functional, and aesthetically pleasing for public access. With an estimated contract value of $47 million, proposals are due by January 9, 2026, following a site visit scheduled for December 17, 2025. Interested parties should direct inquiries to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Industry Day - USACE Portland District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is hosting an Industry Day on January 22, 2026, at their headquarters in downtown Portland, Oregon. This event aims to inform potential contractors about upcoming opportunities, including construction projects related to the White City VA Design-Build, John Day Dam Program, and various marine construction and metal fabrication contracts. Attendees will have the chance to engage with Contracting Officers, participate in discussion panels, and access resources for small businesses, with registration required to attend. For more information, interested parties can contact Jaren Bowman at Jaren.L.Bowman@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract related to the Oil Accountability Measures at The Dalles Dam in Oregon. The project aims to enhance the monitoring and accountability of approximately 400,000 gallons of oil at the dam, improving the detection of leaks and compliance with environmental policies as stipulated in a settlement agreement with Columbia Riverkeepers. This initiative is crucial for minimizing potential oil releases into the Columbia River and ensuring the operational integrity of the dam's equipment. Proposals are due by January 15, 2026, with a mandatory site visit scheduled for December 3, 2025. Interested contractors can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.