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) for a firm-fixed-price purchase order. The contract will include 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, and pruning (approx. 3,000 linear feet of bushes and trees).
  • Pesticide Application: Variable frequency, covering approximately 5,000 sq ft in gravel areas, around research tanks, screenhouses, sheds, sidewalks, and buildings.
  • General Tasks: Site condition verification, adequate labor provision, routine maintenance of government-provided equipment, safeguarding government property, and maintaining clean work areas.
  • Safety: A written Site Safety Plan is required within 10 days of award, covering hazard assessment, mitigation, PPE, and emergency procedures.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ)
  • Contract Type: Firm-Fixed-Price Purchase Order
  • Duration: One (1) Base Year + Four (4) 12-month Option Years (totaling up to 5 years)
  • Set-Aside: Total Small Business Set-Aside (NAICS 561730, Size Standard $9.5M)
  • Place of Performance: USDA ARS Invasive Plant Research Lab, 3225 College Ave, Fort Lauderdale, FL 33314-7719.
  • Hours of Service: Monday-Friday, 7:30 AM to 4:00 PM ET.

Submission & Evaluation

  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), considering technical acceptability and past performance.
  • Required Documents: Offerors must submit pricing for all CLINs using Attachment 4 (Schedule and Transmittal Summary) as an intact and standalone quote attachment. Other required documentation includes summary information (Sections 1.1-1.5), responsive quotation sections (2.1-2.7), and pricing information (Section 3.0).
  • Inquiries: Must be submitted via email up to 48 hours prior to the due date. No phone inquiries will be accepted.
  • Wage Determination: Bidders must adhere to Wage Determination No. 2015-4535, Revision No. 34, for minimum wage rates and fringe benefits.

Key Dates & Contacts

  • Quotations Due: March 17, 2026, at 2:00 PM ET.
  • Site Visit: An encouraged site visit is scheduled for March 11, 2026, from 10:00 AM to 11:00 AM ET at 3225 College Avenue, Fort Lauderdale, FL. Contact Allen Dray (allen.dray@usda.gov) for site visit logistics only.
  • Contracting Contact: Christopher Turner (christopher.c.turner@usda.gov).

Amendments & Clarifications

  • Amendment 0002 (March 4, 2026): Incorporated Attachment 6 Q&A.
  • Amendment 0001 (March 3, 2026): Clarified that a detailed list of Government-provided equipment will not be provided (see PWS 3.0), historical contract information is in Attachment 3, and quotes must submit Attachment 4 as an intact, standalone document.
  • Attachment 6 Q&A: Confirmed no seasonal changes to mowing frequency, variable pesticide application frequency, onsite storage for government-provided equipment, and no additional service level requirements for deficiency corrections beyond three business days.

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