S--Groundskeeping Services for Nashville WFO
ID: 1305M325Q0103Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal groundskeeping services for the Nashville Weather Forecast Office (WFO) located in Old Hickory, TN. The procurement includes a base period of 9 months, with options for four additional 9-month periods, requiring comprehensive grounds maintenance tasks such as mowing, edging, debris removal, and pest control, all in compliance with federal regulations. This contract is a total Small Business Set-Aside under NAICS code 561730, with an estimated total value of $78,450 based on the previous contract. Interested parties must submit their quotes electronically by March 19, 2025, to the primary contact, Stephanie Mas, at stephanie.mas@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Past Performance Questionnaire (PPQ) intended for use in government contracting processes. Contractors must fill out initial sections with their information and project details, which are then sent to a client reference for evaluation. The questionnaire captures essential data such as contract type, pricing, completion dates, and a description of the project along with its complexity. The core purpose of the PPQ is to assess the contractor's performance in various categories, including quality, schedule adherence, cost control, management, regulatory compliance, and overall customer satisfaction. Each category is rated by the client reference on a scale from "Exceeds" to "Unsatisfactory," allowing for a comprehensive evaluation of the contractor's work and capability. Key sections ask for ratings on aspects like the contractor’s ability to meet quality standards, resolve problems, adhere to schedules, manage projects, and maintain compliance with regulations. Client references also provide their overall satisfaction and whether they would engage the contractor again. This evaluation is crucial for the future award of contracts and grants within federal and state government frameworks, ensuring quality and reliability in contractor performance.
    The document outlines the procedures for acknowledging an amendment to a federal solicitation, emphasizing the importance of timely acknowledgment to avoid rejection of submitted offers. Offers must be acknowledged prior to the specified deadline either through specific form entries or via separate communication referencing the relevant solicitation and amendment numbers. Additionally, it outlines conditions under which changes to existing offers can be made, stipulating that such changes must also adhere to the referencing requirements. The amendment modifies the solicitation by extending deadlines and updating contractual details while maintaining the unchanged terms of the original document. The attachment section provides information on the availability of a Past Performance Questionnaire and a Solicitation Q&A for further clarity. This purposeful amendment serves to ensure clarity and compliance among potential contractors responding to federal RFPs.
    The document is a combined synopsis/solicitation for non-personal groundskeeping services at the Nashville Weather Forecast Office (WFO) of the National Weather Service (NWS) located in Old Hickory, TN. It outlines a request for quotations (RFQ) for a base period of 9 months, beginning upon contract award and extending through February 2026, with options for four additional 9-month periods. This solicitation is a total Small Business Set-Aside, with the NAICS code 561730. The contractor will manage all aspects of groundskeeping, including lawn care, debris removal, and application of environmentally friendly products, all while ensuring compliance with federal regulations. There are specific requirements on frequency of services, safety data, and licensing for any personnel applying pesticides. Invoices will be submitted monthly, and a site visit is recommended for bidders. The evaluation of submissions will be based on technical capability, qualifications, and pricing, with a focus on past performance and the completeness of proposals. The contracting officer's authority, responsibilities, and processes for submitting inquiries and quotes are also outlined. All quotes are due by March 19, 2025. The document serves as a formal invitation for businesses to compete for federal contract opportunities, emphasizing compliance with federal procurement practices.
    The solicitation Q&A for contract 1305M325Q0103 outlines the key requirements for lawn maintenance services for a specified area of 250,000 square feet. It clarifies that the work includes various tasks such as mowing, edging, trimming, debris removal, fertilizer application, and fire ant control, with a focus on maintaining the surroundings of the building. The contract requires two chemical weed control treatments, regardless of timing around bid submission, and also mandates cleanup of downed trees and limbs in the area. While general maintenance is covered, the contract excludes damage from severe weather incidents. Additionally, monitoring for fire ants should be concentrated around the building perimeter, rather than the entire six-acre property. There is no available site map, but a site visit is encouraged for bidders to familiarize themselves with the area. This document serves to clarify expectations and responsibilities for contractors bidding on landscaping services, ensuring compliance with the outlined scope of work.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J. Percy Priest Lake Operations and Maintenance Requirement Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Requirements Contract focused on Operations and Maintenance Services for J. Percy Priest Lake, located 14 miles east of Nashville, Tennessee. This contract aims to ensure the effective management and upkeep of the lake and its surrounding facilities, which are vital for recreational and environmental purposes in Davidson, Rutherford, and Wilson counties. The solicitation is exclusively set aside for small businesses, emphasizing the importance of local engagement in federal contracting opportunities. Interested parties can reach out to Robert Ellis at robert.s.ellis@usace.army.mil or call 615-736-5632 for further details regarding the proposal submission process.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    Mowing and Landscaping of the Ava office compound
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking a contractor for mowing and landscaping services at the Ava Ranger District Administrative Site in Ava, Missouri. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to maintain a 5.7-acre site, which includes mowing, trimming grass and weeds, and shrub trimming, with services expected to be performed up to 22 times per season. This contract is a Total Small Business Set-Aside, emphasizing the importance of small business participation, and the period of performance is set from March 1, 2026, to February 28, 2027. Interested parties must submit their quotations by January 11, 2026, at 11:00 PM Eastern, and can contact Joshua Franks at Joshua.Franks@usda.gov or 530-214-0154 for further information.
    Differential Planetary Gearbox Repair Services
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking vendors capable of providing repair services for Differential Planetary Gearboxes used in the NEXRAD weather radar systems. The procurement aims to establish an indefinite delivery, indefinite quantity (IDIQ) contract for the repair and reconditioning of these gearboxes to "Like New" operating condition, adhering to OEM specifications. These gearboxes are critical for the operation of 158 NEXRAD sites across the country, enabling the detection of severe weather and timely warnings to the public and aviation users. Interested vendors must submit their capability statements and company profiles to Taylor Wisneski at taylor.wisneski@noaa.gov by 12:00 PM CST on January 7, 2026, as part of the market research process, with no obligation on the part of the government to procure services at this stage.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Ground Maintenance
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is seeking qualified 8(a) small businesses to provide ground maintenance services at its installations. The contractor will be responsible for a range of services including mowing, edging, trimming, weed control, debris removal, and maintenance of various areas such as athletic fields and family housing, adhering to federal, state, and local laws, as well as environmental regulations. This procurement is critical for maintaining the operational readiness and aesthetic quality of the Army Garrison's facilities. Interested parties must submit a capabilities statement and relevant information by December 22, 2025, at 10:00 AM Atlantic Standard Time, to the designated contacts, Denia M. Serrano and Felix Marrero, via email.
    Janitorial & Grounds/Lawn Maintenance Services - Roan Mt & Popular Creek
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is issuing a special notice regarding the procurement of janitorial and grounds/lawn maintenance services for the Roan Mountain Recreation Area and Poplar Boat Launch in North Carolina. The scope of this procurement includes essential services such as trash removal, restroom cleaning, and lawn maintenance for various picnic areas, to be awarded as a Blanket Purchase Agreement (BPA) Call Order against an existing BPA. This opportunity is set aside for small businesses, and interested parties should note that this is not a solicitation for proposals but a notification of intent to award. For further inquiries, interested vendors can contact Tobi Shumaker at tobi.shumaker@usda.gov.