Ground Maintenance- USDA, ARS, SHRS, Miami, Florida
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Subtropical Horticulture Research Service (SHRS) is soliciting quotes for Grounds Maintenance services at its facility in Miami, Florida. This is a Combined Synopsis/Solicitation (RFQ) issued as a Total Small Business Set-Aside. Quotes are due by March 6, 2026, at 7:00 PM ET.
Scope of Work
The contractor will provide comprehensive grounds maintenance to ensure the safety, genetic integrity, health, and viability of subtropical and tropical plant genetic resources. Services are required every two weeks and include:
- Mowing, trimming, landscaping, and herbicide/weed eater application.
- Maintaining open areas around buildings, the East side of the main entrance, and the pond area.
- Trimming tree branches above 6 feet and shrubs to 5 feet.
- Removing vegetation near building walls, "suckers," volunteer plants, and debris (coconuts, palm fronds, fallen branches).
- Disposing of trimmings in a specified pit on USDA property.
- Permissible herbicides include glyphosate, glufosinate-ammonium, or diquat dibromide; triclopyr, paraquat, or dicamba are not permitted.
- Specific areas to be serviced include Area 1 (397,000 sq ft), Area 2 (88,500 sq ft), and Area 3 (153,000 sq ft), all subject to full biweekly maintenance.
Contract & Timeline
- Contract Type: Firm-fixed price requirements contract (RFQ).
- Period of Performance: A base year (March 16, 2026 – March 15, 2027) plus four one-year option periods, for a potential total of five years.
- Set-Aside: Total Small Business Set-Aside (NAICS 561730, $9.5 million size standard).
- Response Due: March 6, 2026, 7:00 PM ET.
- Offer Acceptance: 90 calendar days from offer receipt.
- Published: March 2, 2026.
- Site Visit: A site visit was held on February 27, 2026; no additional site visits will be provided.
Submission & Evaluation
- Submission Method: Electronic copy (Adobe PDF) via email to the Contracting Officer/Contract Specialist.
- Evaluation Criteria: Best value to the Government, based on Lowest Price Technically Acceptable (LPTA), considering Price, Technical Acceptability, and Past Performance.
- Required Submittals: Complete Attachment 3 – Price Schedule for all CLINs (base and option periods).
- Eligibility: Active SAM.gov registration is required at the time of quote submission.
- Wage Determination: Bidders must adhere to the minimum wage rates and fringe benefits outlined in Attachment 4 (Service Contract Act) for Dade County, Florida.
Key Clarifications
The Q&A document clarifies that all highlighted acreage in Appendix A is subject to full biweekly maintenance. "Volunteers" refer to unwanted seedlings or root suckers. The disposal pit location will be identified prior to performance. USDA field staff will monitor compliance with height requirements (e.g., 6 ft branch clearance, 5 ft shrub height).