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)

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 USDA Agricultural Research Service (ARS) is soliciting quotations for Landscaping Services at the USDA ARS Invasive Plant Research Lab in Fort Lauderdale, FL. This is a Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ) under solicitation number 1232SA26Q0254. The government anticipates awarding a firm-fixed-price purchase order for one base year and four option years. Quotations are due by March 17, 2026, at 2:00 PM ET.

Scope of Work

The contractor will provide comprehensive landscaping services to maintain a satisfactory facility condition and professional appearance. Key tasks include:

  • Weekly Services: Mowing (approx. 50,000 sq ft), edging and trimming (approx. 5,000 linear feet), weed eating in inaccessible areas, and pruning (approx. 3,000 linear feet).
  • Pesticide Application: Variable application of approved herbicides in gravel areas, around research tanks, screenhouses, sheds, sidewalks, and buildings.
  • General Tasks: Verifying dimensions, providing adequate labor, routine maintenance of government-provided equipment, safeguarding government property, and maintaining clean work areas.
  • Safety: A written Site Safety Plan is required within 10 calendar days of award.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price Purchase Order
  • Duration: One (1) Base Year + Four (4) 12-month Option Years (total 5 years)
  • Set-Aside: Total Small Business Set-Aside (NAICS 561730, $9.5M size standard)
  • Response Due: March 17, 2026, 2:00 PM ET
  • Published Date: March 3, 2026
  • Place of Performance: USDA ARS Invasive Plant Research Lab, 3225 College Ave, Fort Lauderdale, FL 33314-7719

Evaluation Criteria

Quotations will be evaluated based on 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.

Submission Requirements

Offerors must submit:

  • Attachment 4 (Schedule and Transmittal Summary): This must be submitted as an intact and standalone quote attachment, not integrated into other documents.
  • Summary Information: Sections 1.1-1.5 from Attachment 4.
  • Responsive Quotation Sections: 2.1-2.7 from Attachment 4.
  • Pricing Information: Section 3.0 from Attachment 4, including pricing for all CLINs for the base and all option periods.
  • Inquiries: Must be submitted via email up to 48 hours prior to the due date. No phone inquiries will be accepted.

Key Attachments

  • Attachment 1 (PWS & QASP): Details the scope of work, performance standards, and quality assurance.
  • Attachment 2 (Wage Determination): Specifies minimum wage rates and fringe benefits for Broward County, FL, under the Service Contract Act.
  • Attachment 3 (Solicitation Terms and Conditions): Outlines FAR clauses, provisions, and evaluation criteria.
  • Attachment 4 (Schedule and Transmittal Summary): Mandatory form for quotation submission and pricing.
  • Attachment 5 (Site Visit Information): Details for an encouraged site visit on 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 visit logistics only.

Amendment 0001 Clarifications

  • A detailed list of Government-provided equipment will not be provided (refer to Attachment 1, Section 3.0).
  • Access to historical contract information and quote submission instructions are detailed in Attachment 3.

People

Points of Contact

Christopher TurnerPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View