Grounds Maintenance and Pest Control

SOL #: 70B03C26Q00000091Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Customs And Border Protection
BORDER ENFORCEMENT CONTRACTING DIVISION
WASHINGTON, DC, 20229, United States

Place of Performance

Massena, NY

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

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

Timeline

1
Posted
Mar 24, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 21, 2026, 9:00 PM

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 U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is soliciting quotations for Grounds Maintenance and Pest Control Services at the Massena Border Patrol Station, NY. This is a Total Small Business Set-Aside opportunity. The solicitation requires a three-part submission, and award will be made based on a Best Value Trade Off. Quotations are due by April 21, 2026, at 3 PM MST.

Scope of Work

This procurement covers comprehensive grounds maintenance and pest control services for the Massena Border Patrol Station (NY0122, 135 Trippany Road, Massena, NY 13662). The facility operates 24/7/365 and includes approximately 30 acres of compound/perimeter, 413,820 sq ft of land/ground maintenance area, and two buildings (Main Station and Auxiliary Garage).

Key services include:

  • Grounds Maintenance: Cleaning, mowing, edging, shrubbery trimming, weed control, fertilizing, watering, leaf removal, tree branch removal, and parking lot sweeping.
  • Pest Control: Development and implementation of a comprehensive Integrated Pest Management (IPM) Plan for both interior (approx. 23,648 sq ft) and exterior areas.

Detailed task frequencies and specific areas are outlined in "Attachment B" (Custodial Services Task and Frequency Chart) and "Attachment A" (Building and Grounds Information).

Contract & Timeline

  • Contract Type: Firm Fixed Price, Purchase Order (RFQ).
  • Period of Performance:
    • Base: June 1, 2026, through May 31, 2027 (12 months)
    • Option: June 1, 2027, through May 31, 2028 (12 months)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Product Service Code: S208 (Landscaping/Groundskeeping Services).
  • Response Due: April 21, 2026, at 3 PM MST.
  • Published Date: April 8, 2026.

Submission Requirements

Offerors must submit quotations in three separate documents to Kirk Hunt (kirk.w.hunt@cbp.dhs.gov). Documents must be compatible with Microsoft Word or Excel, or viewable in Adobe Acrobat, and not exceed 5 MB total file size.

  1. Technical Quotation: A brief explanation of the offeror's ability to satisfy the Statement of Work and prior experience.
  2. Pricing: Completed Excel spreadsheet (Pricing Matrix) attached to the solicitation.
  3. Signed SF 1449: A signed copy of 70B03C26Q00000091 (Block 17 and Block 30 of Page 1).

All quotations must include the organization's Unique Entity Identifier (UEI) from SAM.gov.

Evaluation

Award will be made via Best Value Trade Off, meaning it may not necessarily go to the lowest-priced or best technically evaluated offer. The Government intends to evaluate quotations and award without discussions but reserves the right to conduct them if deemed necessary. Initial proposals should contain the best price, delivery, and a complete, concise technical quotation.

Additional Notes

  • A non-mandatory site visit will be scheduled. Interested offerors should contact Jacob Dion at (619) 904-1148 or Jacob.D.Dion@cbp.dhs.gov.
  • The solicitation incorporates FAR 52.237-1, Site Visit (APR 1984), by reference.
  • The U.S. Department of Labor Wage Determination (WD 2015-4169, Revision 32) for the Service Contract Act is applicable, specifying minimum wage rates and fringe benefits for New York counties including St. Lawrence (Massena).
  • Information regarding prior award 70B03C26Q00000102 is available via www.SAM.gov, www.FPDS.gov, and www.USASPENDING.gov.

Contacts

People

Points of Contact

Kirk HuntPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 4Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Apr 2, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
View