S--LANDSCAPING SERVICES, PXAO
ID: 140R3025Q0026Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Bureau of Reclamation, Lower Colorado Regional Office, is seeking qualified contractors to provide landscaping services for the Phoenix Area Office (PXAO) under a combined synopsis and solicitation. The procurement aims to secure comprehensive landscape vegetation and grounds maintenance services, including tree and shrub maintenance, weed control, and irrigation system management, specifically tailored for the Phoenix region's horticultural standards. This initiative is part of the Indian Small Business Economic Enterprise (ISBEE) set-aside program, promoting participation from economically disadvantaged enterprises while ensuring quality maintenance of public spaces. Interested contractors must submit their quotes electronically by August 15, 2025, at 2:00 PM MST, to Jennifer Garcia at jgarcia@usbr.gov, with the contract expected to commence on October 1, 2025, and lasting up to five years.

    Point(s) of Contact
    Garcia, Jennifer Marie
    (928) 343-8128
    (208) 378-5080
    jgarcia@usbr.gov
    Files
    Title
    Posted
    The Bureau of Reclamation's Phoenix Area Office has issued a Request for Proposal (RFP) for landscape vegetation and grounds maintenance services. The contract, encompassing approximately 159,315 square feet of grounds, requires the contractor to provide comprehensive landscaping tasks, including tree and shrub pruning, weed control, fertilization, irrigation maintenance, and debris removal, while adhering to horticultural standards specific to the Phoenix area. The contractor must supply adequate personnel, including a supervisor fluent in English, for operational oversight and emergency response. Governmental support includes access to water and replacement plants for diseased or hazardous vegetation. Key contractor responsibilities include the procurement of necessary materials and chemicals, thorough documentation of activities, and adherence to safety and insurance regulations. Safety protocols must comply with federal and state regulations, ensuring a risk-free working environment. The contractor is also tasked with ongoing quality control and must rectify any performance deficiencies. Regular inspections will be conducted by the government, with necessary corrective actions required from the contractor. This document outlines clear expectations for both parties to ensure efficient and compliant grounds maintenance, reflecting the structure of government procurement processes in maintaining public properties.
    The provided document presents various square footage measurements, potentially related to buildings or spaces under consideration in the context of government requests for proposals (RFPs) and grants. The list includes a total of 15 different sizes, with the largest being 87,476 Sq.Ft., and the smallest at 836 Sq.Ft. This variability in size suggests a range of properties or projects that may be involved in proposals for development, renovation, or allocation of federal or state resources. These figures likely support evaluations for funding, planning, or acquisition processes relevant to federal and local government initiatives. The document's structure appears to highlight space requirements, which are essential for planning and compliance with regulatory standards during project proposals.
    The document outlines the Price Schedule for Landscape Vegetation and Grounds Maintenance Services at the Phoenix Area Office, serving as part of a government Request for Proposal (RFP). It details schedules for five years, including a base year starting from October 1, 2025, through September 30, 2030, with an additional optional six-month period. Each schedule comprises various Contract Line Item Numbers (CLINs) relating to specific services: recurring landscape maintenance, tree trimming/removal, irrigation repairs, and emergency maintenance, with unit prices and cost limits specified. The base year includes monthly maintenance services and biannual weed control, while subsequent option years continue similar services. Notably, irrigation and emergency maintenance have a maximum expenditure limit of $8,000 per year, with a reduction for the optional six-month period. The prices for any extensions will be calculated proportionately based on current rates. This structured price schedule ensures clarity for potential contractors to understand the financial parameters and maintenance responsibilities associated with the contract.
    The document outlines the Performance Requirements Summary (PRS) for the landscape vegetation and grounds maintenance services contract for the Phoenix Area Office. It defines essential tasks, performance standards, allowable error rates, surveillance methods, and potential incentives or disincentives related to contractor performance. Key tasks include maintaining improved grounds, pruning and trimming shrubs and trees, fertilizing, weed control, debris removal, and maintaining irrigation systems. Each service has specific quality standards and customer complaint thresholds, typically allowing no more than two complaints per month for monthly services or two per quarter for quarterly tasks. The contractor’s performance will be assessed through periodic inspections and validated customer feedback, with positive evaluations leading to incentives and negative evaluations resulting in consequences. This structure ensures compliance with safety and labor standards while enforcing accountability in service delivery to uphold government expectations for quality maintenance in public spaces.
    The document outlines the Schedule of Rates for Landscape Vegetation and Grounds Maintenance Services at the Phoenix Area Office (PXAO) as part of federal contracting. It details labor categories, including roles such as Landscape Crew Lead, Grounds Maintenance Worker, and Irrigation Technician, with specified hourly rates for straight and overtime work across a five-year contract period running from October 1, 2025, to April 30, 2031. Each year's schedule includes different labor categories and provisions for materials, which are reimbursed at actual cost plus a handling rate. The contractor must provide receipts for all material purchases, and labor rates must be fully burdened, encompassing various costs such as wages and overhead. The document serves the purpose of standardizing billing for maintenance services, ensuring cost transparency, and outlining expectations for both the government and contracting parties.
    The document outlines a combined synopsis and solicitation for landscaping services by the Bureau of Reclamation (BOR) Phoenix Area Office (PXAO) in Glendale, AZ, designated for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit quotes electronically via SAM.gov under RFQ No. 140R3025Q0026, adhering to specifications set in the Performance Work Statement (PWS). The services required include tree and shrub maintenance, weed control, and irrigation system management to comply with optimal landscaping practices for the Phoenix region. The solicitation details the evaluation criteria for selecting the contractor based on price, technical capability, and past performance, emphasizing the importance of relevant experience and proper certifications. Additionally, provisions concerning labor standards, including wage determinations and compliance with federal regulations, are included. The work is expected to commence around October 1, 2025, with a contract duration not exceeding five years. This solicitation reflects the federal government's initiative to engage small, economically disadvantaged enterprises in service contracts, thereby promoting local economic development while ensuring quality and compliance with horticultural standards.
    Amendment 0001 to solicitation 140R3025Q0026, issued by the Bureau of Reclamation, Lower Colorado Region, amends the original solicitation to provide a sign-in sheet from a site visit conducted on August 5, 2025. This amendment specifies that questions are due by August 8, 2025, at 2:00 PM MST, and quotes are due by August 15, 2025, at 2:00 PM MST, to be submitted via email to jgarcia@usbr.gov. This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside, requiring that only qualified contractors submit quotes and provide representation on provision 1452.280-4, Indian Economic Enterprise Representation (Feb 2021).
    Amendment 0002 to solicitation 140R3025Q0026, issued by the Bureau of Reclamation, Lower Colorado Region, on July 15, 2025, provides crucial updates and clarifications regarding an Indian Small Business Economic Enterprise (ISBEE) set-aside. This amendment's primary purpose is to address questions and provide answers, with quotes now due by August 15, 2025, at 2:00 PM MST via email to jgarcia@usbr.gov. A key disclosure is the identification of the previous incumbent contractor, WCD Enterprises, LLC, under contract 140R3019P0043, which expired on April 30, 2024. This information is vital for prospective bidders. The amendment reiterates that offers must acknowledge receipt of this amendment to be considered. Only qualified ISBEE contractors are eligible to submit a quote, and they must provide representation as per provision 1452.280-4 Indian Economic Enterprise Representation (Feb 2021).
    The document is a Request for Quotation (RFQ) from the Bureau of Reclamation for landscape vegetation and grounds maintenance services. Issued on July 15, 2025, it emphasizes a set-aside for Indian Small Business Economic Enterprises (ISBEE) and invites qualified contractors to submit quotes by August 15, 2025. The scope of services spans multiple years, outlining requirements for vegetation and grounds maintenance, tree trimming or removal, irrigation repairs, and emergency maintenance, with specified performance work statements (PWS). The RFQ includes detailed line items for various tasks, expected quantities, and stipulations for both base and option years, allowing extensions for continued service. A site visit is scheduled for August 5, 2025, to encourage prospective quoters to assess the work environment ahead of submissions. The document underscores the importance of providing a detailed representation on economic enterprise standing and committing to pricing structures. Overall, the RFQ serves to procure essential landscaping services while fostering participation from Indian businesses, enhancing community engagement, and ensuring environmental upkeep in the designated area.
    The document outlines the wage determination requirements under the Service Contract Act as directed by the U.S. Department of Labor, specifically for contracts awarded in Arizona, particularly in Maricopa and Pinal counties. It establishes that contracts subject to the Act must comply with minimum wage rates dictated by Executive Orders 14026 and 13658, effective January 30, 2022, stipulating $17.75 and $13.30 per hour respectively, based on the contract's effective date. A comprehensive list of occupations and corresponding wage rates is provided, detailing various roles within administrative, automotive, and health occupations among others. The document emphasizes the necessity for contractors to adhere to fringe benefits and sick leave requirements outlined in related Executive Orders. Moreover, it specifies that contractors must request additional classifications for any new job roles not listed, ensuring all workers are compensated appropriately according to the determined rates. The guidelines aim to uphold worker protections and ensure compliance in federal contracting, reflecting the government's commitment to fair labor practices within state and local procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Skiatook and Birch Lake PCMC, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is set aside for small businesses under the Total Small Business Set-Aside program, aiming to enhance the grounds and maintain the aesthetic and functional quality of the facilities. Landscaping services are crucial for the upkeep of military installations, contributing to both operational readiness and environmental stewardship. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation process.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    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.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    Landscape Services for IHS, Mashpee Wampanoag Health Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for landscape services at the Mashpee Wampanoag Health Service Unit in Mashpee, Massachusetts. The procurement aims to maintain the landscaping and gutter services for three modular units, ensuring a professional appearance and preventing infestation, with services required from March 1, 2026, to October 31, 2026, and four optional one-year extensions. This opportunity is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses. Interested vendors must submit their quotes, including required documentation, to Courtney Davis at courtney.davis@ihs.gov by 3:00 p.m. Central Time on December 15, 2025, to be considered for the contract, which will be awarded based on the lowest price technically acceptable.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    Oologah Lake PCMC, OK
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for landscaping services at Oologah Lake in Oklahoma, under the jurisdiction of the Tulsa District. This procurement is set aside for small businesses, in accordance with FAR 19.5, and aims to enhance the groundskeeping and landscaping of the area, which is vital for maintaining the aesthetic and functional quality of the site. Interested contractors should reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or call 918-669-4396 for further details regarding the solicitation notice W912BV26QA009. The specific funding amount and deadlines for submission have not been provided in the overview.