BOISE DISTRICT OFFICE COMPLEX LANDSCAPE
ID: 140L2625Q0006Type: Combined Synopsis/Solicitation
AwardedFeb 11, 2025
$46.1K$46,060
AwardeeIdaho Landcare Company, Inc. 314 N BONNER DR Nampa ID 83651 USA
Award #:140L2625P0016
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
    Similar Opportunities
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    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.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    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.
    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.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.