Groundskeeping Services for NWS DCO IN HILO, HI
ID: 1305M326Q0016Type: 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)
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 National Weather Service (NWS) Data Collection Office (DCO) located in Hilo, Hawaii. The procurement includes a base year and four option years, requiring comprehensive landscaping services for approximately 2.9 acres, which encompasses tasks such as grass cutting, weed control, edging, and debris removal on a weekly basis. This contract is a total Small Business Set-Aside under NAICS code 561730, with a size standard of $9.5 million, and the estimated funding for the incumbent contract was $39,312 over five years. Interested offerors must submit their quotes electronically by 10:00 AM MST on January 6, 2026, to kerri.coffey@noaa.gov, and are encouraged to attend a site visit on specified dates to better understand the requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This combined synopsis/solicitation, RFQ Number 1305M326Q0016, is for non-personal groundskeeping services at the National Weather Service (NWS) Data Collection Office (DCO) in Hilo, Hawaii. It is a total Small Business Set-Aside under NAICS code 561730 with a $9.5 million size standard. The contract includes a base year (01/15/2026 – 01/14/2027) and four option years, covering comprehensive landscaping services for approximately 2.9 acres. Offerors must provide all labor, equipment, and materials for tasks such as grass cutting, weed control, edging, and debris removal, performed weekly. Invoices will be billed monthly in arrears. Quotes are due by 10:00 AM MST on January 6, 2026, and must be submitted electronically to kerri.coffey@noaa.gov. A site visit is highly recommended, with specific dates provided. Evaluation will be based on technical acceptability/capability, past performance, and price, with the award going to the lowest-priced, technically acceptable offeror. Offerors must have an active SAM registration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Annual Landscaping Services
    State, Department Of
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for annual landscaping and grounds maintenance services at a U.S. Government property. The procurement requires vendors to be technically qualified and financially responsible, with specific requirements including SAM registration, NDAA compliance, and a Bahamian TIN for non-Bahamian companies. The services will encompass comprehensive lawn care, pruning, pest control, and hurricane preparations, with a mandatory site visit scheduled for December 2, 2025, and proposals due by January 6, 2026, at 3:00 PM. Interested vendors should contact Deana Nelson at NelsonDA@state.gov for further details and ensure compliance with extensive insurance and security requirements outlined in the solicitation documents.
    M--Crane Support
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide crane support services at the NOAA Gulfport Pier in Gulfport, MS. The procurement involves detailed quotes for crane services, including one onload and one offload, each lasting eight hours, with specific requirements for pricing and itemization to ensure responsiveness. This contract is crucial for supporting NOAA's marine operations and is set aside for small businesses under NAICS code 238990, with a total small business set-aside designation. Interested parties must submit their quotes electronically to Christopher Baker at christopher.baker@noaa.gov by 8:00 AM EST on January 5, 2026, and are encouraged to register with SAM.gov for eligibility.
    Justification for Other Than Full and Open Competition - Mauna Loa Observatory Construction
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to execute a sole-source contract modification for the emergency restoration of power at the Mauna Loa Observatory in Kamuela, Hawaii. This urgent procurement is necessitated by damage from lava flow, requiring the installation of solar panels and lithium iron phosphate batteries to ensure the continuity of critical climate data collection, including the renowned "Keeling Curve." The contract modification, valued at $191,263.00, will be awarded to EPC Systems, Inc., which is uniquely qualified due to their existing relationship with the observatory and immediate resource availability. Interested parties can reach out to Darrin S. Moore at Darrin.Moore@noaa.gov for further information.
    IDIQ Mowing Services, Greers Ferry Lake
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking quotes for indefinite-delivery/indefinite-quantity (IDIQ) mowing services at Greers Ferry Lake in Arkansas. The contract, which is a total small business set-aside under NAICS Code 561730, encompasses services such as inspection, policing of grounds, mowing, and trimming, with a base period extending to January 31, 2027, and four optional one-year extensions through January 31, 2031. This procurement is crucial for maintaining the aesthetics and safety of the recreational area, ensuring a pleasant environment for visitors. Interested contractors must submit their quotes by January 22, 2026, at 1:00 PM CST, via email to Shelby Henson, and are required to attend a mandatory site visit on January 7, 2026.
    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.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Mowing Services for Fort Supply Lake, 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 services for Fort Supply Lake in Oklahoma. The procurement aims to maintain the landscaping and groundskeeping of the area, ensuring a well-kept environment for recreational and operational purposes. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073 for further details regarding the solicitation process.
    Mowing and Landscaping of the Ava office compound
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors to provide mowing and landscaping services for the Ava office compound located in Ava, Missouri. The contractor will be responsible for all labor, tools, equipment, and materials necessary to maintain a 5.7-acre site, which includes mowing, trimming grass and weeds, and shrub maintenance, with services expected to be performed up to 22 times per season. This contract is significant for maintaining the aesthetic and functional quality of the administrative site, and it is set aside for small businesses under the SBA guidelines. Interested parties must submit their quotations by January 11, 2026, at 11:00 PM Eastern, and can direct inquiries to Joshua Franks at Joshua.Franks@usda.gov or by phone at 530-214-0154.
    SEA ATCT, TRACON, ARTCC Grounds Maintenance
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide grounds maintenance services for the Seattle Air Traffic Control Tower (ATCT), Terminal Radar Approach Control Facility (TRACON), and Air Route Traffic Control Center (ARTCC). The contract will encompass a range of services including grass cutting, edging, fertilization, litter collection, vegetation removal, and tree/shrub pruning, with a performance period from February 1, 2026, to January 31, 2031, following the recent amendments to the solicitation. This procurement is critical for maintaining the operational integrity and environmental compliance of FAA facilities, ensuring they remain safe and accessible. Interested parties must submit their proposals by January 9, 2026, and direct any inquiries to Jennifer J. Davis at jennifer.j.davis@faa.gov.
    RENEWAL OF FUGRO MARINESTAR DGNSS SATELLITE POSITIONING DATA SUBSCRIPTION SERVICE
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Fugro USA Marine Inc. to renew the MarineStar DGNSS satellite positioning data subscription service for Septentrio receivers. This service is critical for NOAA's uncrewed systems, which require precise point positioning via a Differential Global Navigation Satellite System (DGNSS) to produce accurate navigational charts. The contract will ensure continued access to the only DGNSS service provider with national coverage, which is essential for high-quality data in offshore environments. Interested firms that believe they can meet the government's requirements may submit documentation to Kyle Lawrence at kyle.lawrence@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.