Wellesley Island Grounds, Snow and Ice
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. Customs and Border Protection (CBP), under the Department of Homeland Security, is soliciting quotations for grounds maintenance, snow removal, and ice removal services at the Wellesley Island Border Patrol Station, NY. This is a Total Small Business Set-Aside opportunity. The contract is a Firm Fixed Price, Purchase Order with a one-year period of performance. Quotations are due by April 23, 2026, at 3 PM MST.
Scope of Work
This procurement covers comprehensive grounds maintenance, snow removal, and ice removal services. Key tasks include:
- Grounds Maintenance: Cleaning, grass mowing (including non-landscaped areas), edging, shrubbery trimming, weed control, fertilizing, raking/removing leaves, and sweeping parking lots/driveways. Specific frequencies are detailed in Attachment B, with grass mowing for 6 months and leaf removal for 2 months.
- Snow and Ice Removal: Plowing, removal, salting, and sanding to ensure bare pavement and eliminate hazardous conditions. Services must adhere to the Statement of Work (SOW) and Contract Services Guidelines. The contractor is responsible for all supervision, labor, transportation, supplies, and equipment. The Wellesley Island Border Patrol Station (NY0106/NY0018) is a 2.9-acre compound with 56,613 +/- square feet of land/ground maintenance area, operating 24/7, 365 days a year.
Contract Details
- Contract Type: Firm Fixed Price, Purchase Order
- Period of Performance: From Date of Award through Date of Award + 365 days (though a 5-year pricing matrix is provided for cost breakdown).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), NAICS code 561720, Size Standard $13M.
- Place of Performance: Wellesley Island Border Patrol Station, 45764 Landon Road, Wellesley Island, NY 13640.
Submission & Evaluation
Offerors must submit quotations in three separate documents to Kirk Hunt (kirk.w.hunt@cbp.dhs.gov):
- Technical Quotation: A brief explanation of the offeror's ability to satisfy the SOW and prior experience.
- Pricing Matrix: The attached Excel spreadsheet (PR 20154177 RFQ Pricing Matrix.xlsx) completed and returned.
- Signed Copy: Page 1, Block 17 and Block 30 of SF 1449 (70B03C26Q00000102).
Documents must be compatible with Microsoft Word/Excel or viewable in Adobe Acrobat, not exceeding 5 MB total file size. Quotations must include the organization's Unique Entity Identifier (UEI) from SAM.gov. The Government intends to evaluate and award without discussions but reserves the right to conduct them. Award will be made via Best Value Trade Off, considering Price, Compliance with SOW, and Past Performance. Award may be made to other than the lowest priced or best technically evaluated offer.
Key Dates & Contacts
- Quotations Due: April 23, 2026, at 3 PM MST.
- Site Visit: One non-mandatory site visit will be scheduled. Interested offerors should contact Michel Desrosiers at (586) 612-4127 or michel.j.desrosiers@cbp.dhs.gov.
- Primary Contact: Kirk Hunt, kirk.w.hunt@cbp.dhs.gov, (520) 407-2811.