USCG STATION MARATHON RECURRING LANDSCAPING SERVICES IN MARATHON, FL
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 U.S. Coast Guard (USCG) Base Miami is soliciting proposals for Recurring Landscaping Services at USCG Station Marathon in Marathon, FL. This requirement is a Total Small Business Set-Aside for a Firm Fixed-Price contract to maintain approximately 5 acres of land. Quotes are due by February 4, 2026, at 11:30 a.m. EST.
Scope of Work
The contractor will provide all labor, materials, and equipment for comprehensive lawn care, tree care, and maintenance. Services include bi-weekly lawn maintenance, trimming and edging, twice-annual tree trimming, twice-annual brush and vegetation cutting along the fence line, and clearing weeds from rock beds. All debris must be disposed of properly. Work is to be performed Monday through Friday, 8:00 AM to 4:00 PM, excluding federal holidays, and must minimize interference with facility operations.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) service contract.
- Period of Performance: A base year (ARO – January 31, 2027) and one option year (February 1, 2027 – January 31, 2028). The total duration, including options, shall not exceed 5 years.
- NAICS Code: 561730 - Landscaping Services (Size Standard: $9.5M).
- PSC Code: S208 - Housekeeping—Landscaping/Groundskeeping.
- Wage Determination: Service Contract Act WD 2015-4583, Revision 31, for Monroe County, FL, applies.
Submission & Evaluation
Quotes must be submitted via email to Alera.D.Jowers@uscg.mil by the deadline. Required components include pricing for each CLIN/period (monthly and annual), a technical approach or capability statement, past performance references, and SAM.gov UEI and CAGE Code. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, evaluating technical capability, past performance (if required), and price. The Government intends to award without discussions.
Important Notes
- Site Visits: Recommended but not mandatory. Schedule with MKC Ian Widney (Ian.W.Widney@uscg.mil, (307) 256-6400) or DC1 Devon Rauh (Devon.M.Rauh@uscg.mil, 517-320-1060) for Monday-Friday, 0900-1500 EST.
- Questions: Submit questions to Alera.D.Jowers@uscg.mil by COB January 28, 2026. Answers will be posted as an amendment.
- Invoicing: All invoices must be submitted through the Invoice Processing Platform (IPP) at https://www.ipp.gov/. New users must register as per instructions in the "Updated Invoice Instructions" document.
- SAM.gov: All vendors must be registered in SAM.gov prior to award.