Landscaping Services - Fort Lauderdale FL
SOL #: 1232SA26Q0254Combined Synopsis/Solicitation
Overview
Buyer
Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States
Place of Performance
Fort Lauderdale, FL
NAICS
Landscaping Services (561730)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 27, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 17, 2026, 2:00 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. Department of Agriculture (USDA) Agricultural Research Service (ARS) is soliciting quotations for Landscaping Services at its Invasive Plant Research Lab in Fort Lauderdale, FL. This is a Total Small Business Set-Aside issued as a Request for Quotation (RFQ) for a Firm-Fixed-Price purchase order. Quotations are due March 17, 2026, at 2:00 PM ET.
Scope of Work
The objective is to provide comprehensive landscaping services to maintain a satisfactory facility condition and professional appearance at the USDA ARS Invasive Plant Research Lab. Key tasks include:
- General Tasks: Verification of site conditions, provision of adequate labor, routine maintenance of government-provided equipment, safeguarding government-furnished property, and coordination with government personnel. A written Site Safety Plan is required within 10 calendar days of contract award.
- Specific Weekly Tasks: Mowing approximately 50,000 sq ft, edging and trimming around 5,000 linear feet, weed eating in inaccessible areas, pruning approximately 3,000 linear feet of bushes and trees, hand weeding, and variable pesticide application (approx. 5,000 sq ft) in specific areas.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order.
- Period of Performance: One (1) 12-month base year, with four (4) 12-month option years, for a potential total duration of five years.
- Place of Performance: USDA ARS Invasive Plant Research Lab, 3225 College Ave, Fort Lauderdale, FL 33314-7719. Services are to be performed Monday-Friday, 7:30 AM to 4:00 PM ET.
- Set-Aside: Total Small Business Set-Aside. The applicable NAICS code is 561730 (Landscaping Services) with a small business size standard of $9.5M.
- Wage Determination: Service Contract Act Wage Determination No. 2015-4535, Revision No. 34, for Broward County, FL, applies, establishing minimum wage rates and fringe benefits.
- Invoicing: Monthly, in arrears, via the Department of Treasury's Invoice Processing Platform (IPP).
Submission & Evaluation
- Evaluation Criteria: Quotations will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Technical acceptability will be rated as "acceptable" or "unacceptable." Past performance will be evaluated as "Acceptable," "Neutral," or "Unacceptable" using government sources and CPARS ratings from the last three years.
- Required Documentation: Offerors must submit pricing for all Contract Line Items (CLINs) as requested in Attachment 4 (Schedule and Transmittal Summary), along with summary information, responsive quotation sections, and pricing details.
- Quotation Due: March 17, 2026, at 2:00 PM ET.
- Inquiries: All inquiries must be submitted via email to the primary contact up to 48 hours prior to the due date. Phone inquiries will not be accepted.
Special Requirements & Notes
- Site Visit: An encouraged site visit is scheduled for March 11, 2026, from 10:00 AM to 11:00 AM ET at the performance location. Contact Allen Dray (allen.dray@usda.gov) for site directions only.
- Personnel: Contractor personnel must obtain Personal Identity Verification (PIV) Cards within 15 days of award, be easily recognizable, and comply with facility regulations. No minors or pets are permitted.
- Insurance: Mandatory insurance requirements include Workers' Compensation, Employer's Liability, General Liability, and Automobile Liability. Proof of insurance is required within 5 calendar days of award.
- Offerors are responsible for monitoring sam.gov for all updates and amendments to the solicitation.
People
Points of Contact
Christopher TurnerPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 6
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 27, 2026