Redwood Road Grounds Maintenance
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 United States Department of Agriculture (USDA), Forest Service (FS), Intermountain Region, is seeking proposals for Grounds Maintenance Services at the Redwood Road Work Center in Salt Lake City, UT. This opportunity is a Total Small Business Set-Aside for a firm-fixed-price contract. The contractor will provide all equipment, supplies, labor, transportation, and supervision necessary for comprehensive grounds maintenance. Offers are due by February 17, 2026, at 10:00 AM Mountain Time.
Scope of Work
The contractor will maintain the Redwood Road Work Center grounds, ensuring a clean, neat, and professional appearance year-round. Key tasks include:
- Mowing, edging, trimming, and weeding of grass and vegetation.
- Pruning trees and shrubs to maintain clear access.
- Application of commercial fertilizer.
- Management of sprinkler systems, including winterization and spring checks.
- Fall and spring leaf cleanup.
- Snow removal from the service area.
- Off-site disposal of all vegetative debris.
Special requirements include the use of bio-based products where possible, compliance with FAR and local policies, and adherence to specific performance standards for grass height, trimming, and vegetation management. Performance will be monitored via a Quality Assurance Surveillance Plan (QASP) and assessed via CPARS.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: One (1) base year (April 1, 2026 - March 31, 2027) with four (4) one-year option periods, potentially extending through March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561730 (Landscaping Services) with a $9.5 Million small business size standard.
- Place of Performance: 1749 West 500 South, Salt Lake City, UT 84104.
Evaluation Criteria
Quotes will be evaluated based on best value to the Government, considering the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance. This means the lowest-priced offer will not necessarily be awarded.
Submission Requirements & Key Dates
- Site Visit: February 9, 2026, at 1:00 PM Mountain Time at the Redwood Road Work Center. Attendees must fill out an attendance sheet.
- Questions Due: February 11, 2026, at 10:00 AM Mountain Time, submitted via email to arlen.fausett@usda.gov. Include solicitation name and number in the subject line.
- Offers Due: February 17, 2026, at 10:00 AM Mountain Time, submitted via email to arlen.fausett@usda.gov.
- Required Submissions: Offerors must submit pricing for all items in the "Schedule of Items" (Attachment 3) for both base and option periods. A signed copy of Amendment 001 (answering questions) must be returned with the offer. Bidders should also complete Exhibit #1 (Past Performance Data Sheet) and be aware of the Wage Determination (Attachment 4) and SF1413 Subcontractor Form (Exhibit No. 2) if applicable.
Point of Contact
Whit Fausett, Contracting Officer, at arlen.fausett@usda.gov.