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 Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), is soliciting proposals for Landscaping and Snow Removal Services for its Region 1 Federal Regional Center (FRC) located in Maynard, MA. This is a Total Small Business Set-Aside opportunity for a Firm Fixed-Price contract. A mandatory site visit is scheduled for February 12, 2026, and proposals are due by February 18, 2026, 10:00 AM EDT.
Scope of Work
The contractor will provide comprehensive landscaping and snow removal services for the FEMA facility at 63-65 Old Marlboro Road, Maynard, MA.
- Snow Removal: Includes 24/7 snow and ice removal for approximately 170,000 sq ft of paved areas (parking lots, sidewalks). Services are triggered by one inch of snow accumulation or COR request, with a one-hour response time. This involves plowing, salting, and clearing specific areas like walkways, stairways, door entrances, and automatic gates. The contractor must provide all necessary equipment.
- Landscaping: Maintenance of approximately 568,000 sq ft of green surfaces. This covers improved areas (grass cut to 3 inches, fertilization, pruning, fall/spring cleanups), semi-improved areas (grass cut to 5 inches), and unimproved areas (brush cutting up to 3-inch diameter in antenna fields, "Back 40", and access roads). All work must comply with applicable laws and regulations.
Contract Details
- Contract Type: Firm Fixed-Price.
- Period of Performance: A base year from April 1, 2026, to March 31, 2027, with four (4) one-year option periods, potentially extending the contract through March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561730 - Landscaping Services.
- Wage Determination: The Service Contract Act (SCA) Wage Determination 2015-4047 Rev32 is applicable, outlining minimum wage rates and fringe benefits for the specified Massachusetts counties.
Key Dates & Submission
- Mandatory Site Visit: February 12, 2026, at 9:00 AM EDT. Registration is required by February 11, 2026, 12:00 PM EDT, by emailing the Contracting Officer and Contract Specialist. A Real ID is necessary for facility access. Proposals will not be accepted from non-attendees.
- Questions Due: February 13, 2026, at 3:00 PM EDT.
- Proposals Due: February 18, 2026, at 10:00 AM EDT.
- Submission: Electronic copies of proposals must be sent to Contracting Officer Karley Hoyt (karley.hoyt@fema.dhs.gov) and Contract Specialist Anhur Maklef (anhur.maklef@fema.dhs.gov).
Evaluation & Special Requirements
Proposals will be evaluated based on a Mandatory Site Visit, Technical Approach, Past Performance, and Price. Technical Approach and Past Performance are weighted equally and combined are approximately equal to Price. Offerors must submit a Past Performance Questionnaire (PPQ). All personnel must be U.S. Citizens or Legal Permanent Residents, possess Real-ID compliant identification, and pass background investigations (Tier 1, 2, or 4). Amendment A0001 incorporated the required pricing template.