USDA-GSWRL - 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 Department of Agriculture (USDA) Agricultural Research Service has issued a combined synopsis/solicitation for Grounds Maintenance Services at the Grassland, Soil & Water Research Laboratory (GSWRL) facility in Temple, TX. This is a Total Small Business Set-Aside for a firm-fixed-price requirements contract. Quotations are due by February 18, 2026.
Scope of Work
The contractor shall provide all labor and equipment necessary for comprehensive grounds maintenance, including:
- Mowing & Edging: Regular mowing of specified areas with mechanical weed eating and vertical edging of sidewalks/curbs (chemical edging is prohibited).
- Debris Removal: Pre-mowing trash pickup and post-service blowing of leaves/debris from porches, docks, and walkways.
- Fertilization: Application of fertilizer/weed killer twice per year for Bermuda and St. Augustine grasses.
- Shrub Maintenance: Trimming of shrubs and hedges four times per year.
- Exclusions: Tree trimming, insect/disease control, and sprinkler system maintenance are handled under separate contracts.
Contract & Timeline
- Type: Firm-Fixed Price Requirements Contract
- Duration: One-year base period (March 1, 2026 – February 28, 2027) plus four one-year option periods.
- Set-Aside: Total Small Business
- Response Due: February 18, 2026, 5:00 PM Z
- Questions Deadline: February 12, 2026, 3:00 PM ET
Evaluation
Award will be made to the responsible offeror whose quote is the Lowest Price Technically Acceptable (LPTA). Evaluation factors include:
- Technical Acceptability: Ability to meet PWS requirements.
- Past Performance: Review of three relevant and recent references.
- Price: Evaluation of the base year, all option years, and a potential six-month extension.
Additional Notes
Bidders must complete the provided Price Schedule (Attachment 4) for all CLINs and ensure active registration in SAM.gov at the time of submission. Services must be performed Monday through Friday, 8:00 AM – 5:30 PM.