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) 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. A mandatory site visit is scheduled for February 12, 2026, at 9:00 AM EDT, and proposals are due February 18, 2026, at 10:00 AM EDT.
Opportunity Overview
This Request for Proposal (RFP) seeks a contractor to provide comprehensive landscaping and snow removal services for the FEMA Region 1 Federal Regional Center (FRC) located at 63 and 65 Old Marlboro Road, Maynard, MA. The Department of Homeland Security (DHS) - FEMA intends to award one (1) Firm Fixed-Price contract.
Scope of Work
Snow Removal: The contractor will provide 24/7 snow and ice removal services, including plowing and salting, for approximately 170,000 sq ft of paved areas (parking lots and sidewalks). Services are required upon accumulation of one inch of snow or as requested by the COR, with a one-hour response time. This includes clearing walkways, stairways, door entrances, parking lots, loading docks, and automatic gates. The contractor must provide all necessary equipment and is responsible for damages.
Landscaping: Maintenance of approximately 568,000 sq ft of green surfaces is required. This includes:
- Improved Areas: Grass cut to a maximum of 3 inches, clippings removed, paved surfaces kept free of weeds/debris, bare spots repaired, mulch maintained, and fertilization (using EPA "Green Scaping" methods, e.g., 10-20-10). Trees and shrubs will be pruned, bark mulch applied, and borders edged. Fall and spring cleanups are mandatory.
- Semi-Improved Areas: Grass cut to a maximum of 5 inches, kept free of leaves and dead branches.
- Unimproved Areas: Brush cutting (trees/bushes up to 3-inch diameter) in antenna fields, "Back 40", outside fence lines, and access roads.
Contract Details
- Contract Type: Firm Fixed-Price.
- Period of Performance: A Base Year (April 1, 2026 – March 31, 2027) plus four (4) one-year option periods, extending the potential contract duration 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.
Key Dates & Submission Requirements
- 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.
- Submission: Proposals must be submitted electronically to Contracting Officer Karley Hoyt (karley.hoyt@fema.dhs.gov) and Contract Specialist Anhur Maklef (anhur.maklef@fema.dhs.gov).
- Amendments: Amendment A0001 incorporated the pricing template, and Amendment A0002 provided responses to questions and extended the offer receipt date.
Evaluation Factors
Award will be based on a combination of factors: Mandatory Site Visit attendance, Technical Approach, Past Performance, and Price. Technical Approach and Past Performance are weighted equally and, combined, are approximately equal to Price. Offerors must utilize the provided Past Performance Questionnaire (PPQ) for client feedback.
Special Requirements
All contractor personnel must be U.S. Citizens or Legal Permanent Residents, possess Real-ID compliant identification, and successfully pass security screening and background investigations (Tier 1, 2, or 4). Compliance with FEMA Directives for Personal Identity Verification and Facility Access is required.