R1 Landscaping and Snow Removal Services

SOL #: 70FBR126R00000003Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Federal Emergency Management Agency
INCIDENT SUPPORT SECTION(ISS70)
WASHINGTON, DC, 20472, United States

Place of Performance

Maynard, MA

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Feb 17, 2026
3
Submission Deadline
Feb 18, 2026, 3:00 PM

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), through its Incident Support Section (ISS70), is soliciting proposals for Landscaping and Snow Removal Services for the FEMA Region 1 Federal Regional Center (FRC) located in Maynard, MA. This is a Total Small Business Set-Aside opportunity. The contract is a Firm Fixed-Price type, covering a base year and four option years. A mandatory site visit is required on February 12, 2026, and proposals are due by February 18, 2026, at 3:00 PM ET.

Scope of Work

The contractor will provide comprehensive landscaping and snow removal services for approximately 170,000 sq ft of paved area and 568,000 sq ft of green surfaces.

  • Snow Removal: Includes 24/7 plowing and salting for parking lots, sidewalks, walkways, stairways, door entrances, and loading docks upon 1 inch of snow or COR request, with a 1-hour response time. Contractor must provide all equipment and is responsible for damages. Special attention is required for VSAB front doors via hand shoveling, and automatic gates must be kept clear. On-site salt storage is permitted with COR approval.
  • Landscaping: Involves maintaining improved, semi-improved, and unimproved areas. This includes grass cutting (3-5 inches depending on area), clipping removal, weed/debris control, bare spot repair, mulch maintenance, EPA "Green Scaping" fertilization, tree/shrub pruning, edging, spot watering, and fall/spring cleanups. Brush cutting in specific unimproved areas is also required.

Contract Details

  • Contract Type: Firm Fixed Price
  • Period of Performance: A base year (April 1, 2026 – March 31, 2027) and four one-year option periods, extending through March 31, 2031.
  • Set-Aside: Total Small Business
  • NAICS Code: 561730 - Landscaping Services
  • Wage Determination: Service Contract Act WD 2015-4047 Rev #32 is applicable, outlining minimum wage rates and fringe benefits for various occupations in the specified Massachusetts counties.

Key Dates & Actions

  • Mandatory Site Visit: February 12, 2026, at 9:00 AM EDT. Registration required by 12:00 PM EDT, February 11, 2026, by emailing the Contracting Officer and Contract Specialist. A Real ID is required for facility access. Proposals will not be accepted from non-attendees.
  • Questions Due: February 13, 2026, at 3:00 PM EDT.
  • Proposal Submission: February 18, 2026, at 3:00 PM ET. Electronic copies must be submitted to Karley.Hoyt@fema.dhs.gov and Anhur.Maklef@fema.dhs.gov.

Evaluation Factors

Award will be based on a comprehensive evaluation including 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) to past clients for completion.

Special Requirements

All personnel must be U.S. Citizens or Legal Permanent Residents, possess Real-ID compliant identification, and pass a background investigation (Tier 1, 2, or 4). Compliance with FEMA Directives for Personal Identity Verification (PIV) and Facility Access is mandatory. Standard work hours are 7:30 am to 4:00 pm, Monday through Friday.

Amendments & Clarifications

This solicitation has been amended multiple times, with Amendment A0003 being the latest. A0003 provides updated questions and responses, a revised pricing template, and a revised solicitation correcting CLIN quantities. Key clarifications include:

  • The incumbent contractor's previous contract number is 70FBR121C00000003.
  • "DA" in the pricing template refers to "Day."
  • Specific CLINS apply for snow exceeding 14 inches.
  • The updated pricing template addresses errors and inconsistencies.
  • The Past Performance Questionnaire (PPQ) should be sent to the Contracting Officer for completion by the incumbent.

People

Points of Contact

Karley HoytPRIMARY
Anhur MaklefSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View