BOISE DISTRICT OFFICE COMPLEX LANDSCAPE
ID: 140L2625Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, 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 the Interior, specifically the Bureau of Land Management's Idaho State Office, is seeking qualified small businesses to provide landscaping services for the Boise District Office Complex. The contract, numbered 140L2625Q0006, requires comprehensive maintenance of the landscaping over a three-year period, from April 1, 2025, to March 31, 2028, including tasks such as mowing, edging, trimming, and pest control applications. This procurement emphasizes the importance of maintaining a professional appearance and ecological balance in federal properties, aligning with broader goals of sustainability and responsible land stewardship. Proposals are due by February 7, 2025, and interested parties can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.

    Point(s) of Contact
    Parsons, Thomas
    (208) 373-3911
    (208) 373-3915
    tparsons@blm.gov
    Files
    Title
    Posted
    The 2025 Boise District Office Landscape Maintenance document outlines the current conditions of the landscape surrounding the Administration and Dispatch Buildings. It comprises a series of photographs that capture various features, including turf grass, rock beds, and trees positioned strategically throughout the property. Key images illustrate the state of the grounds from multiple angles, showcasing areas such as the walkway behind the Administration Building, the East and North sides of the property, and the surrounding native areas. The document reflects a comprehensive visual assessment of the landscape, serving as crucial input for potential maintenance efforts under a federal RFP or grant application. By documenting these conditions, it facilitates informed decision-making concerning landscape upkeep and improvement in alignment with government standards and environmental best practices. This assessment underpins the significance of maintaining healthy landscapes, promoting aesthetic appeal, and ensuring sustainability within government properties.
    The document from the U.S. Department of the Interior's Bureau of Land Management outlines aspects related to the National System of Public Lands, focusing particularly on vegetation types and landscaping approaches. The report distinguishes between various forms of land management techniques, specifically highlighting native areas, xeriscaping, and types of grass utilized, such as tall fescue and turf grass, indicating that turf grass may not be included as a service. This information suggests an emphasis on sustainable land management practices, promoting an ecological approach to land use. By categorizing these land management styles, the document serves as a guideline for maintaining the integrity and ecological balance of public lands, aligning with broader federal goals of conservation and responsible land stewardship.
    This document outlines a Request for Proposal (RFP) for landscaping and maintenance services, detailing necessary tasks to be performed primarily during the growing season from April to October. Key services include spring startup procedures, such as sprinkler system adjustments, turf aeration, pest control treatments, and regular mowing, trimming, and weed management on a weekly and monthly basis. The document specifies the frequency of services, such as fertilization every six weeks and inspections for sprinkler systems monthly. The RFP includes provisions for fall preparations, including winterization of sprinkler systems and pruning of trees and shrubs. It also notes ongoing requirements for the removal of dead plants and shrubs as needed. Overall, the document serves as a comprehensive guide for contractors to provide essential landscaping services aligned with municipal regulations and standards, aiming to maintain the aesthetic and ecological health of the specified areas, including native zones. Adherence to the outlined service schedules and budget limits is critical for compliance with the proposal’s expectations.
    The document outlines a bid schedule for landscape maintenance services for the Bureau of Land Management's Boise District Office Complex. It details various requested services including seasonal tasks (sprinkler startups, aeration, pest treatments), weekly and monthly maintenance (mowing, trimming, weeding, trash removal), and specific treatments for turf grass and trees. The contractual services cover both spring start-up and fall closeout tasks, focusing on maintaining the health of the landscape. The maintenance includes vital tasks such as adjusting sprinkler systems, applying fertilizers, and controlling weeds, emphasizing consistency from April through October, with options for winterization. The document also addresses ongoing work for replacing dead plants and shrubs within a specified budget. This proposal serves as a formal request for services under federal RFP guidelines, aimed at ensuring a well-maintained landscape for federal properties, incorporating sustainability and operational effectiveness while adhering to budget constraints. The overall objective is to engage a contractor who can consistently deliver quality landscaping services across the outlined service areas over the designated contract period.
    The document appears to contain a compilation of government Request for Proposals (RFPs) and grants related to various federal and state projects. The primary focus revolves around soliciting bids for services that enhance public infrastructure, environmental assessments, and facility upgrades. Specific topics include the assessment and management of hazardous materials, improvements to healthcare facilities, and compliance with safety regulations in construction practices. Key themes of the document include the identification of hazardous substances in buildings, the necessity for environmental mitigation, and the obligation for contractors to adhere to strict guidelines and follow safety protocols during renovations or restorations. The emphasis is placed on protecting public health and the environment while ensuring regulatory compliance throughout these projects. Overall, this document serves as a resource for potential contractors, outlining project scopes, required qualifications, and the importance of maintaining safety standards in compliance with state and federal regulations. The intention is to foster partnerships that prioritize safety and modernization of facilities, contributing positively to community infrastructure and health.
    The file outlines a Request for Quotation (RFQ) for landscaping services at the Bureau of Land Management's Boise District Office. The contract, numbered 140L2625Q0006, is set aside for small businesses under NAICS code 561730, with a total value not exceeding $9 million. The contractor must maintain the landscaping over a three-year period, from April 1, 2025, to March 31, 2028, with specific duties including mowing, edging, trimming, and chemical applications for pest control. A site visit is scheduled for January 27, 2025, and proposals are due by February 7, 2025. The contractor is required to develop a Quality Control Program to meet performance standards and must comply with all federal regulations specified in the solicitation. The document emphasizes the importance of maintaining a professional and well-kept appearance for the landscaping, as well as adhering to safety and environmental guidelines. Overall, the RFQ reflects the federal government's commitment to quality and accountability in procurement processes, particularly in service contracts related to facility maintenance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Combined synopsis solicitation is being issued for
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) focused on Pasture Management Services at the Dean Creek Elk Viewing Area in Oregon. This opportunity is specifically set aside for small business vendors and aims to enhance natural resource conservation through activities such as site preparation mowing, teddering, and fuel break raking over a five-year contract period starting June 1, 2025. The selected vendors must demonstrate relevant experience and technical capacity in similar projects, with a submission deadline of April 4, 2025, and inquiries accepted via email until March 21, 2025. Interested parties can contact Traci Thaler at tthaler@blm.gov or (916) 952-5223 for further information.
    BLM MESA MASTICATION
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Mesa Mastication project, aimed at reducing wildfire risks through vegetation management in northwestern Colorado. This initiative involves cutting and shredding pinyon and juniper trees across approximately 765 acres, with work scheduled between April 2, 2025, and November 30, 2025, while adhering to environmental regulations and ensuring equipment cleanliness to prevent the spread of noxious weeds. The project reflects the federal commitment to effective land management and resource conservation, emphasizing sustainable recreational use of public lands. Interested vendors must submit their quotes via email by 10:00 AM MDT on March 20, 2025, and can contact Daniel Rosales at drosales@blm.gov for further information.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier growth among selected trees across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative reflects BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract execution. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes or additional information.
    San Dimas Landscape Maintenance
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide landscape maintenance services at the San Dimas Technology and Development Center in California. The procurement encompasses approximately 70,000 square feet of irrigated grounds and additional gravel areas, requiring routine maintenance, minor sprinkler repairs, and palm tree removals over a five-year period. This contract is vital for maintaining a clean and well-kept environment in accordance with federal standards, with proposals due by March 10, 2025, at 1:00 PM EST. Interested vendors must contact Erik Fallo at erik.fallo@usda.gov or Nathan Heikkinen at nathan.heikkinen@usda.gov for further details and must be registered in the System for Award Management to be eligible for consideration.
    Solicitation Number 19NL80-25-Q-0001 Landscaping and Gardening Services
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in The Hague, is soliciting proposals for Landscaping and Gardening Services under Solicitation Number 19NL80-25-Q-0001. The contract encompasses maintenance for the U.S. Embassy, the Consulate in Amsterdam, and five government residences, with a contract duration of one base year and four one-year options starting in February 2025. This opportunity is crucial for maintaining the aesthetic and functional quality of government properties overseas, ensuring compliance with local laws and environmental standards. Interested contractors must submit electronic proposals, including price quotes and insurance documentation, by March 25, 2025, and are encouraged to attend a pre-quotation conference on March 7, 2025. For further inquiries, contact Jonathan P. Wedd at WeddJP@state.gov or Geoffrey Osei-Bonsu at TheHagueContracts@state.gov.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    PRINEVILLE PEST CONTROL FY25_FY28
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide pest control services for its facilities in the Prineville District Office of Oregon for fiscal years 2025 through 2028. The contract, which will be awarded on a firm fixed-price basis, requires environmentally sensitive pest control methods, with an emphasis on non-chemical strategies, and mandates the maintenance of detailed logs of site visits and treatments. This procurement is crucial for maintaining the health and safety of government-managed properties, ensuring compliance with environmental regulations and ethical pest management practices. Interested vendors should contact Doris Jeffers at dgjeffers@blm.gov or call 503-808-6061 for further details, with the contract period starting on April 1, 2025, and running through March 31, 2026, with options for two additional years.
    Barren River Lake Mowing & Maintenance IDIQ
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small businesses to provide mowing and maintenance services at the Barren River Lake project site in Kentucky through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contract, valued at an estimated total of $10 million, will cover various mowing tasks across designated areas, requiring contractors to supply management, personnel, and equipment while adhering to safety and quality standards. This procurement is crucial for maintaining the aesthetic and recreational quality of public spaces, ensuring compliance with federal regulations, including wage determinations under the Service Contract Act. Interested contractors must submit their bids by March 7, 2025, and can contact Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at matthew.p.judd@usace.army.mil for further inquiries.
    NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project in Boise, Idaho. The objective is to enhance the existing emergency power system by upgrading the current 600Kw generator to ensure reliable standby power during utility outages, while adhering to safety and regulatory standards. This project is critical for maintaining operational functionality and safety at the facility, particularly in supporting emergency response efforts. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated budget between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.