Landscaping Services - Fort Lauderdale FL
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 USDA Agricultural Research Service (ARS) is soliciting quotations for Landscaping Services at the Invasive Plant Research Lab in Fort Lauderdale, FL. This Total Small Business Set-Aside opportunity seeks to maintain a satisfactory facility condition and professional appearance. Quotations are due March 17, 2026, at 2:00 PM ET.
Scope of Work
The contractor will provide comprehensive landscaping services, including:
- General Tasks: Verifying site conditions, providing adequate labor, routine maintenance of government-provided equipment, safeguarding property, keeping work areas clean, and coordinating with government personnel. A written Site Safety Plan is required within 10 calendar days of contract award.
- Specific Weekly Tasks: Mowing (approx. 50,000 sq ft), edging and trimming (approx. 5,000 linear feet), weed eating in inaccessible areas, pruning (approx. 3,000 linear feet) of bushes and trees, hand weeding, and variable pesticide application (approx. 5,000 sq ft) in designated areas. Mowing frequency is not subject to seasonal changes for pricing.
Contract Details
- Type: Request for Quotation (RFQ) for a firm-fixed-price purchase order.
- Duration: One (1) Base Year plus four (4) 12-month option years, totaling up to five years.
- Set-Aside: Total Small Business Set-Aside (NAICS 561730, $9.5M size standard).
- Place of Performance: USDA ARS Invasive Plant Research Lab, 3225 College Ave, Fort Lauderdale, FL 33314.
- Hours of Service: Monday-Friday, 7:30 AM to 4:00 PM ET.
- Invoicing: Monthly, in arrears, via the Department of Treasury's Invoice Processing Platform (IPP).
Submission & Evaluation
- Submission: Offerors must submit Attachment 4 (Schedule and Transmittal Summary) as an intact and standalone quote attachment, including pricing for all Contract Line Item Numbers (CLINs). Affirmations regarding SAM.gov registration, invoicing, and PWS/QASP compliance are required.
- Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Technical acceptability will be rated as "acceptable" or "unacceptable," and past performance will be evaluated as "Acceptable," "Neutral," or "Unacceptable" using government sources and CPARS ratings from the last three years.
- Performance Standards: A Quality Assurance Surveillance Plan (QASP) will be used, with weekly random inspections and a 100% monthly performance target. Deficiencies require correction within three business days.
Key Dates & Actions
- Quotations Due: March 17, 2026, at 2:00 PM ET.
- Site Visit: A rescheduled site visit will be held on March 12, 2026, from 10:00 AM to 11:00 AM ET at the Fort Lauderdale location. No registration is required, but a REAL ID is necessary for identity confirmation. Do not contact the site visit contact for solicitation information.
- Inquiries: Must be submitted via email up to 48 hours prior to the due date. No phone inquiries will be accepted.
- Amendments: Offerors are responsible for monitoring SAM.gov for all updates and amendments.
Special Requirements
Contractor personnel must comply with USDA Personal Identity Verification (PIV) card requirements, be easily recognized, and adhere to facility regulations. Insurance requirements include Workers' Compensation, General Liability, and Automobile Liability. The Service Contract Act Wage Determination (2015-4535, Rev. 34) applies.