Montlake Laboratory Landscaping Services
ID: 1305M325R0009Type: 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 landscaping services for the Montlake Laboratory in Seattle, Washington. The contract will cover essential maintenance tasks such as mowing, edging, weeding, mulch application, pruning, and optional landscape restoration, with a structured monthly work schedule to ensure compliance with federal maintenance standards. This procurement is particularly important for maintaining the laboratory's exterior grounds and supporting environmental conservation efforts, including the management of invasive plant species. Interested small businesses, including those owned by veterans and women, must submit their proposals by the specified deadlines, with the contract performance period set from May 12, 2025, to May 11, 2026, and potential option years extending to May 11, 2030. For further inquiries, contractors can contact Anna Ma at ANNA.MA@NOAA.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Detailed Monthly Work Schedule as a guideline for landscaping services at the NWFSC Montlake Laboratory, specifically for tasks related to the maintenance of exterior grounds. It categorizes tasks into six primary areas: mowing, edging, weeding, mulch application, pruning, and optional landscape restoration. Each task is broken down into weekly schedules with space for additional comments, allowing contractors to track progress over a month. Contractors are required to submit a complete and signed schedule five days prior to service commencement, and to verify completed tasks on the last service day. The purpose of this document is to facilitate organized, accountable landscaping work under a contract with NOAA, ensuring compliance with federal maintenance standards. This structured approach reflects the requirements typical of government contracts and emphasizes the need for documentation and oversight in service delivery.
    The document appears to consist of various unintelligible characters and does not convey coherent information traditionally found in government RFPs, federal grants, or state/local RFPs. As such, it lacks the context and content necessary for a structured analysis or summary. In typical cases, such documents detail specific funding opportunities or solicit project proposals, focusing on eligibility criteria, project descriptions, funding amounts, application processes, and deadlines. This type of content generally aims to inform potential applicants about available resources and the requirements to secure funding. Without decipherable text or discernible themes, no meaningful summary can be constructed to reflect key topics, ideas, and supporting details of the intended government communication. A thorough examination or reconstruction of the document's data or purpose would be necessary to provide relevant insights.
    The Past Performance Questionnaire is a critical component used by the National Oceanic and Atmospheric Administration (NOAA) to evaluate potential vendors for contracts under the Department of Commerce. Offerors must complete Section A with their details and send the questionnaire to references who will assess their past performance on similar projects within the last five years. References are instructed to complete Section B, which contains specific criteria for evaluating the contractor’s execution in areas such as quality of service, business relations, management of personnel, compliance with various regulations, and overall performance ratings. The questionnaire emphasizes transparency and objectivity, requiring detailed information on past project performance, including contract pricing types, compliance with contractual terms, and the contractor's ability to remedy issues. Important deadlines are outlined, with completed questionnaires due via email by March 11, 2025. This systematic evaluation not only aids NOAA in determining contractors' capabilities but also serves to ensure adherence to regulations and the effective execution of future contracts, ultimately supporting the agency’s operational goals and accountability standards.
    The document outlines a list of high-risk pesticides used in urban applications that pose significant threats to salmon and aquatic life, with a revision dated August 2008. This list comprises various chemicals, including well-known substances such as Atrazine, Chlorpyrifos, and Malathion, among others. The listing is informed by the Environmental Protection Agency (EPA) hazard levels concerning fish and their habitats and is subject to updates as pesticide registrations change or additional environmental data emerge. Special attention is drawn to copper-containing pesticides, which also fall under Salmon-Safe restrictions, emphasizing their potential ecological impacts. This high-risk pesticide list serves as a critical resource for federal and state entities, aiding in funding decisions and regulatory compliance concerning environmental safety, particularly within contexts pertaining to federal grants, requests for proposals (RFPs), and local initiatives aimed at protecting aquatic ecosystems. The document underscores the government's commitment to conserving aquatic habitats through informed regulatory practices.
    The document titled "Attachment 3: Location of Designated Zones" outlines specific geographic areas designated for particular government initiatives. The primary purpose of the attachment is to identify and define the boundaries of these zones, which may be relevant to funding opportunities and project proposals related to federal and state/local RFPs and grants. It provides clarity on where projects can be implemented and how they align with regulatory requirements. The supporting details focus on the zoning criteria, intended impacts on local communities, and potential financial allocations for projects within these designated areas. Understanding the geography of these zones is essential for stakeholders engaged in planning and executing projects that require federal or local financial support, ensuring compliance with targeted government initiatives and enhancing local development opportunities.
    The document focuses on the management and control of Purple Loosestrife, an invasive plant species that poses ecological threats to wetlands and local biodiversity. It outlines the federal government's commitment to addressing the invasive species issue through various funding opportunities and grants available for research, control methods, and habitat restoration projects. Key strategies include developing effective management practices, supporting educational initiatives for landowners, and promoting collaboration among federal, state, and local entities. The report emphasizes the importance of scientific research to understand the species' impact and the effectiveness of control techniques, alongside community engagement to enhance public awareness. This effort reflects broader governmental objectives to preserve ecosystems and manage invasive species comprehensively, aiding in the restoration of affected habitats. Overall, the document serves as a call to action for stakeholders to participate in initiatives aimed at mitigating the effects of Purple Loosestrife and preserving native plant communities.
    This document addresses the issue of Garden Loosestrife, an invasive plant species known for its negative impact on local ecosystems and native biodiversity. The primary goal is to inform and guide federal, state, and local agencies about the significance of controlling and managing the spread of this invasive species. Key points include an overview of Garden Loosestrife's ecological effects, strategies for management and eradication, and the necessity for inter-agency collaboration in combatting its proliferation. The document emphasizes funding opportunities available through federal grants and RFPs aimed at supporting research and implementation of effective management techniques. It also outlines best practices for monitoring and assessing the effectiveness of eradication efforts, highlighting the importance of documenting outcomes to facilitate future interventions. Overall, the report serves as a vital resource for stakeholders engaged in environmental conservation efforts, urging prompt action to mitigate the adverse effects of Garden Loosestrife on native flora and fauna.
    The document titled "Class C Noxious Weed Yellow Flag Iris" focuses on the identification and management of the Yellow Flag Iris (Iris pseudacorus), categorized as a Class C noxious weed. The text details the invasive nature of this species, explaining its environmental impact, including the disruption of local ecosystems and competition with native flora. Key points include identification characteristics of the Yellow Flag Iris, the potential spread of its seeds, and recommendations for eradication, which involve mechanical removal and the use of herbicides where appropriate. The overall purpose is to inform land managers and conservationists about the ecological threats posed by this plant and to provide guidelines for mitigation efforts. The document underscores the importance of coordinated management strategies and awareness to protect native biodiversity against such invasive species.
    The document titled "Attachment 4d Class C Noxious Weed Tall Flatsedge" addresses the identification and management of Tall Flatsedge, categorized as a Class C Noxious Weed. It outlines the ecological impact of this invasive species, which includes its detrimental effects on native plant communities and local ecosystems. The file emphasizes the importance of controlling Tall Flatsedge to mitigate its spread and protect biodiversity. Key strategies for management are suggested, which may include monitoring, mechanical removal, and the application of approved herbicides. The document likely serves as a guideline for federal and state agencies in the development of effective control programs and as an educational resource for local governments and land management organizations. The context of this file within government Requests for Proposals (RFPs) and grants underscores the federal and state commitment to combatting invasive species through collaborative efforts that may involve funding opportunities for research, eradication projects, and community education initiatives. Ultimately, the document acts as a resource for stakeholders focused on preserving native ecosystems and ensuring sustainable land management practices.
    The document outlines four primary zones relevant to federal government Requests for Proposals (RFPs) and grants, specifying areas of focus for potential projects. Each zone serves a unique purpose, likely aimed at enhancing various sectors within state and local frameworks. The summary identifies distinctive characteristics and goals for each zone, facilitating a structured approach for practitioners and organizations seeking federal assistance. The organization of the content suggests an intention to design initiatives that align with government priorities and address specific community needs, thereby promoting effective resource allocation. Overall, the document serves as a guide for entities interested in engaging with federal funding opportunities, ensuring alignment with strategic objectives within the identified zones.
    The Montlake Laboratory Site Map provides a detailed layout of the laboratory's facilities, identifying key buildings and their functions. The map serves as an essential tool for understanding the spatial organization and accessibility of the laboratory environment. It highlights significant areas, including research facilities, administrative offices, and storage zones, emphasizing the interdisciplinary collaboration necessary for successful operations. The layout supports strategic planning for resource allocation, safety protocols, and logistical considerations in any future projects or initiatives, such as federal RFPs or grants related to laboratory enhancements or renovations. Overall, it underlines the laboratory's commitment to facilitating effective research through optimized physical spaces.
    The Statement of Work (SOW) outlines landscaping services required at the Northwest Fisheries Science Center's Montlake Laboratory in Seattle, WA, encompassing approximately 6.7 acres. The contractor is tasked with maintaining the site's outdoor landscape— lawns, bushes, planted beds, and trees—to ensure aesthetic and sustainable care while adhering to outlined specifications. Key tasks include mowing, edging, weeding, mulching, pruning, and miscellaneous maintenance, emphasizing eco-friendly practices and the prohibition of harmful chemicals. The contractor must provide qualified personnel, particularly an Onsite Supervisor with relevant experience and certifications. The document further details the need for a kickoff meeting, regular reporting, and adherence to safety and environmental regulations. Performance will be monitored, with provisions for plant replacement and damage protection. The contract spans a base period of one year with options for four additional years based on funding availability. The overall aim is to maintain an attractive, safe, and environmentally conscious landscape at the NOAA facility.
    The document outlines a Request for Proposal (RFP) for landscaping services through a firm-fixed-price (FFP) contract, with performance dates from May 12, 2025, to May 11, 2026, and potential option years extending to May 11, 2030. It delineates the proposal submission process, required certifications, and terms of payment, emphasizing eligibility criteria for small businesses, including those owned by veterans and women. Key identifiers include the solicitation number (1305M325R0009) and contracting officer contact information. The RFP stresses compliance with various Federal Acquisition Regulations (FAR) and outlines clauses regarding contract terms, project specifications, insurance, contractor responsibilities, and procedures for addressing disputes and maintaining quality. The document also establishes guidelines for contractor communications within NOAA facilities and mandates adherence to policies on sexual harassment and assault prevention, emphasizing the government's commitment to workplace safety and equity. By structuring the proposal requirements clearly, the RFP aims to ensure that responses align with the government’s performance standards and regulatory obligations, facilitating a thorough evaluation of submitted bids. Overall, this RFP exemplifies standard practices for soliciting services within federal procurement frameworks.
    Similar Opportunities
    Grounds Maintenance Service - Woodford, VA
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for grounds maintenance services at the National Geodetic Survey's Testing & Training Center located in Woodford, Virginia. The procurement involves a firm-fixed price contract for a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, potentially lasting until March 31, 2030. This contract is crucial for maintaining approximately 20 acres of landscaped grounds, ensuring operational efficiency and environmental aesthetics, while adhering to federal labor standards and safety regulations. Interested contractors must submit their quotes by 2:00 PM Eastern on February 26, 2025, and can direct inquiries to Wendy Culbreth at wendy.culbreth@noaa.gov or by phone at 757-605-1263.
    S--Landscape Service WSO Pago Pago American Samoa
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide landscape services in Pago Pago, American Samoa. The procurement aims to maintain and enhance the landscaping and groundskeeping of NOAA facilities, ensuring a well-kept environment that supports the agency's operational needs. Landscaping services are crucial for the aesthetic and functional upkeep of government properties, contributing to both environmental sustainability and community engagement. This opportunity is set aside for small businesses, and interested parties can contact Danyell Hertel at DANYELL.HERTEL@NOAA.GOV or by phone at 206-526-4423 for further details.
    Non-personal landscape services for NWS WFO in Charleston, SC
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal landscape services for the National Weather Service's Weather Forecast Office in Charleston, SC. The procurement aims to maintain healthy landscapes through services such as mowing, trimming, pest control, and fertilizer application, with a contract duration from March 1, 2025, to February 28, 2030, including a base year and four option years. This contract is crucial for ensuring the aesthetic and functional upkeep of the office grounds, which supports the agency's mission. Interested small businesses must submit their quotations electronically by February 17, 2025, and can contact Kirsten Keen at kirssten.keen@noaa.gov or 303-578-6662 for further information.
    WFO AMARILLO LAWN SERVICE BASE PLUS 4 OPTIONS
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a contractor to provide lawn service at the WFO Amarillo facility, with a base contract and four additional option years. The procurement aims to ensure the maintenance and upkeep of the landscaping, which is vital for the aesthetic and functional aspects of the facility. This opportunity is set aside for small businesses under the SBA guidelines, and interested parties can reach out to Diana Romero at diana.romero@noaa.gov or call 303-578-9265 for further details. The solicitation is categorized under NAICS code 561730 for Landscaping Services and PSC code S208 for Housekeeping-Landscaping/Groundskeeping.
    NWS WFO Bismark Lawn Care Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for lawn care and groundskeeping services at the National Weather Service office in Bismarck, ND. The contract will cover services from April 1, 2025, to March 31, 2026, with options for additional years, requiring the contractor to provide all necessary personnel, tools, and supervision for tasks such as mowing, trimming, shrub care, fertilization, and weed treatment, in accordance with a detailed Statement of Work. This procurement emphasizes compliance with Department of Labor wage determinations and aims to ensure sustainable and responsible service delivery for public facilities. Interested small businesses should contact Isabel Vigil at ISABEL.VIGIL@NOAA.GOV or (303) 578-8031 for further details, as the evaluation will consider past performance and technical approaches alongside pricing.
    Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking contractors for the construction of the Manchester Campus Addition at the Northwest Fisheries Science Center in Port Orchard, Washington. This project involves the development of a new facility encompassing approximately 24,000 Gross Square Feet, which will include modern laboratories, office spaces, and specialized systems for aquatic research, aimed at enhancing marine resource management in the Northeast Pacific. The estimated budget for this Full and Open Competition project ranges from $25 million to $35 million, with a performance period of approximately 700 calendar days post-award. Interested contractors must register with the System for Award Management (SAM) and are encouraged to review draft documents prior to the anticipated solicitation release on February 4, 2025, with proposals due by April 4, 2025. For further inquiries, contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or Scott Gebhardt at scott.gebhardt@noaa.gov.
    NOAA SHIP FAIRWEATHER DUTCH HARBOR PORT SERVICE
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for vessel husbandry services for the NOAA Ship Fairweather during its operations in Dutch Harbor, Alaska, from June 1 to December 31, 2025. The procurement requires small businesses to provide essential services such as moorage, line handling, potable water supply, waste management, and fuel loading, with specific operational needs outlined for the ship's hydrographic survey activities in the Bering Sea. This contract, set aside exclusively for small businesses under NAICS code 488310, emphasizes compliance with federal labor laws and the importance of accurate documentation in federal contracting. Interested vendors must submit their proposals, including company information and cost quotes, by February 20, 2025, and can contact Alexander Cancela at ALEXANDER.CANCELA@NOAA.GOV for further details.
    NOAA SHIP FAIRWEATHER NOME, ALASKA HUSBANDRY SERVI
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide husbandry services for the NOAA Ship Fairweather during its planned visits to the Port of Nome, Alaska, from June to December 2025. The procurement includes essential services such as securing moorage, line handling, garbage disposal, potable water supply, and fuel delivery, with the possibility of additional optional services like sewage disposal and tug support. These services are critical for supporting NOAA's hydrographic survey operations in Alaskan waters, ensuring efficient logistical support during the ship's port calls. Interested vendors must submit their proposals by February 21, 2025, and direct inquiries to Alexander Cancela at ALEXANDER.CANCELA@NOAA.GOV, adhering to the guidelines outlined in the Request for Proposal (RFP).
    Lawn Maintenance Services - Oceana Commissary
    Buyer not available
    The Defense Commissary Agency (DeCA) is seeking proposals for lawn maintenance services at the Oceana Naval Air Station Commissary located in Virginia Beach, VA. The contract requires the selected contractor to provide comprehensive landscaping services, including mowing, edging, trimming, mulching, and fertilization, while ensuring minimal disruption to patrons and compliance with installation access requirements. This procurement is particularly significant as it supports the upkeep of military facilities, contributing to the overall maintenance and aesthetic of the Commissary grounds. Interested Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) must submit their quotes by January 27, 2025, and can contact Vernon L. Mayfield at vernon.mayfield@deca.mil or Christina Ellison at christina.ellison@deca.mil for further information.
    Port Agent Services for NOAA Ship Oscar Elton Sett
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide Port Agent Services for the NOAA Ship Oscar Elton Sette during its trip to Saipan. The procurement aims to ensure efficient port operations and support for the vessel, which is crucial for NOAA's marine research and conservation efforts. This opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 488310 for Port and Harbor Operations. Interested parties can reach out to Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or (541) 283-5107 for further details regarding the solicitation process.