Ogden - Ground Services
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 Department of Treasury, Internal Revenue Service (IRS), is soliciting proposals for Grounds Maintenance Services at the Ogden IRS Service Center located at 1160 West 1200 South, Ogden, UT 84404. This is a Firm-Fixed Price Contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Proposals are due by May 15, 2026, at 10:00 A.M. EST.
Scope of Work
The contractor will provide all management, supervision, administration, labor, quality control, expertise, materials, supplies, tools, equipment, and transportation necessary for comprehensive grounds maintenance. Services will be required in various weather conditions. Detailed performance requirements are provided in the attached Performance Work Statement (PWS). The anticipated period of performance is May – November 2026, with an option to extend services for up to six additional months.
Contract Details
- Contract Type: Firm-Fixed Price
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) pursuant to FAR Part 19 and FAR Part 13. Note: The solicitation text also states that only eligible 8(a) Program Participants in good standing at the time of award are eligible for consideration, and the basis for award specifies an 8(a) offeror. Offerors should seek clarification on this conflicting eligibility requirement.
- NAICS Code: 561730 (Landscaping Services), Size Standard: $9.5 Million
- Product Service Code (PSC): S208 (Housekeeping-Landscaping/ Groundskeeping)
- Period of Performance: May – November 2026, with a 6-month option to extend.
- Applicable FAR Clauses: Includes 52.212-1, 52.212-4, 52.212-5, 52.217-8, 52.219-18 (Notice of Competition Limited to 8(a)), 52.219-14 (Limitations on Subcontracting), and Service Contract Labor Standards clauses.
Submission & Evaluation
Proposals must be submitted electronically via email to carolyn.d.bennett@irs.gov. Submissions are limited to 2 pages for content, single-spaced, 12-point font minimum, and in PDF format. Proposals should demonstrate understanding of the requirement, staffing approach, equipment availability, quality control measures, and ability to meet the performance schedule. Offerors must also provide a pricing schedule for all CLINs, including the option period, reflecting compliance with the attached Wage Determination. Past performance information for at least two recent, similar contracts is required.
Evaluation will be on a Lowest Price Technically Acceptable (LPTA) basis. Technical proposals will be rated acceptable/unacceptable based on understanding of the PWS, adequate staffing/equipment, relevant past performance, and compliance with all solicitation requirements. Price will be evaluated for reasonableness and completeness. The Government intends to award without discussions.
Key Dates & Contact
- Proposals Due: May 15, 2026, 10:00 A.M. EST
- Questions Due: May 08, 2026, 10:00 A.M. EST
- Contact: Dr. Carolyn Bennett, carolyn.d.bennett@irs.gov
- Updates: Offerors are responsible for monitoring SAM.gov for amendments and updates.