R1 Landscaping and Snow Removal 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 Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, is soliciting proposals for Landscaping and Snow Removal Services at its Region 1 Federal Regional Center in Maynard, MA. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract. Proposals are due February 18, 2026, at 10:00 AM EDT.
Scope of Work
The contractor will provide comprehensive 24/7 snow and ice removal for approximately 170,000 sq ft of paved areas, triggered by one inch of snow accumulation with a one-hour response time. Landscaping services cover 568,000 sq ft of green surfaces, including improved, semi-improved, and unimproved areas. This includes mowing, fertilization using EPA "Green Scaping" methods, pruning, mulching, edging, and brush cutting. All personnel must be U.S. Citizens or Legal Permanent Residents, possess Real-ID compliant identification, and pass security screenings.
Contract Details
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 561730 (Landscaping Services)
- PSC: S208 (Landscaping/Groundskeeping Services)
- Period of Performance: A base year (April 1, 2026 – March 31, 2027) and four one-year option periods, extending the potential contract duration through March 31, 2031.
- Wage Determination: The Service Contract Act Wage Determination 2015-4047 Rev32 applies, outlining minimum wage rates and fringe benefits for the specified Massachusetts counties.
Key Dates & Actions
- Mandatory Site Visit: February 12, 2026, at 9:00 AM EDT. Registration is required by February 11, 2026, 12:00 PM EDT. Attendance is a prerequisite for proposal acceptance.
- Questions Due: February 13, 2026, at 3:00 PM EDT.
- Proposals Due: February 18, 2026, at 10:00 AM EDT. Electronic submission to the Contracting Officer and Contract Specialist is required.
Evaluation Factors
Proposals will be evaluated based on a Mandatory Site Visit, Technical Approach, Past Performance, and Price. Technical Approach and Past Performance are equally weighted and, combined, are approximately equal to Price. Offerors must ensure past clients complete and submit the provided Past Performance Questionnaire (PPQ).
Amendments & Clarifications
Multiple amendments (A0001-A0004) have been issued, providing updated questions and responses, and revising the pricing template and solicitation to correct CLIN quantities. The latest Q&A (A0004) confirms an incumbent contractor (70FBR121C00000003), clarifies pricing units ("DA" for Day), permits on-site salt storage with COR approval, and details the PPQ process. Bidders must utilize the most current versions of all solicitation documents.