Landscaping Service for Salinas, CA
ID: 12905B25Q0042Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, 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 Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide landscaping services for its facility in Salinas, California. The procurement involves comprehensive landscaping maintenance, including scheduled visits for tasks such as edging, trimming, and weed control, with an emphasis on adhering to federal, state, and local regulations. This initiative is crucial for maintaining the aesthetics and functionality of the USDA's modernized facility, ensuring compliance with quality and safety standards. Interested small businesses must submit their quotations electronically by the specified deadline, with all inquiries directed to the designated contact, Lam Pham, at lam.pham@usda.gov.

    Point(s) of Contact
    Katharina O'Reilly
    katharina.oreilly@usda.gov
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) issued by the USDA Agricultural Research Services for landscaping services at the Crop Improvement and Protection Research Center in Salinas, CA. The RFQ outlines that it is a combined synopsis/solicitation and a firm fixed-price contract is anticipated. The period of performance is from April 30, 2025, to July 31, 2025, and it requires quotations to be submitted by April 7, 2025. The RFQ stipulates it is a total small business set-aside, using the NAICS code 561730 for Landscaping Services with a small business threshold of $9.5 million. Quoters are required to provide pricing, prior experience with similar projects, and details on past performance. Key evaluation factors will include price and technical capabilities, with a maximum of three relevant experience examples required. The submission process includes a checklist and specific instructions to ensure all necessary components are included. The RFQ emphasizes compliance with various federal and state regulations, and it mandates that all interested parties be registered in the System for Award Management (SAM) before submitting their quotations. This solicitation is crucial for maintaining the facility's landscaping and ensuring compliance with governmental requirements during the procurement process.
    The document details Request for Quotation (RFQ) 12905B25Q0042 from the USDA Agricultural Research Services, requiring landscaping services for the Crop Improvement and Protection Research Center in Salinas, CA, from May 14 to August 14, 2025. It is a total small business set-aside under NAICS code 561730. Bidders must submit a lump-sum price for the services, demonstrate prior experience through documentation of similar projects, and provide past performance references. The evaluation of submissions will prioritize price and technical capabilities, with comprehensive requirements outlining eligible firms' qualifications. Key clauses for compliance include regulations regarding small business status, pricing adjustments, and environmental considerations, along with mandates for invoicing via the government’s Invoice Processing Platform. The document underscores that this RFQ does not commit the government to fund any costs incurred during the proposal preparation process and emphasizes the firm's responsibility to comply with federal laws and regulations. Interested bidders are directed to submit quotations electronically to the designated contact by the specified deadline.
    The document outlines Amendment 0001 to solicitation number 12905B25Q0042, issued by the USDA ARS, which includes modifications relevant to a landscaping service contract for Salinas, CA. Key changes include the addition of four optional months to the contract's performance period, an updated statement of work reflecting these changes, and revised instructions for offerors regarding the submission process. The amendment provides insights into modifications in administrative details, including a change in the solicitation period and scheduling for site visits. The effective dates for the enhanced service period range from April 29, 2025, to July 29, 2025. Contractors must acknowledge receipt of this amendment to ensure their offers remain valid and are compliant with specified guidelines. The document serves as a formal notification for existing and prospective contractors about essential changes that impact the bid submission and contract execution processes.
    The United States Department of Agriculture's Agricultural Research Service (USDA ARS) has issued a Performance Work Statement for a campus-wide landscaping project at its Salinas, CA facility. The contract, spanning 90 days, entails professional landscaping services including regular upkeep of outdoor areas across seven visits. Initial work involves three consecutive days of performance, followed by a maintenance visit every three weeks. The contractor is responsible for maintaining a neat appearance, controlling weeds, managing landscape debris, and ensuring optimal irrigation conditions. Working hours are set from Monday to Friday, 8 AM to 5 PM, excluding federal holidays. The contractor is required to provide all necessary materials, equipment, safety training, and adhere to OSHA standards. Any required permits or inspections fall under the contractor’s responsibilities. Safety and quality control protocols are emphasized, with a focused requirement for a site-specific safety plan. The overarching goal of this initiative is to ensure well-maintained landscaping that complies with industry standards and regulations while contributing to the facility's aesthetic and functional integrity.
    The United States Department of Agriculture Agricultural Research Service (USDA ARS) is soliciting proposals for a campus-wide landscaping project at its Salinas, CA facility. The contractor will be responsible for comprehensive landscaping services, including maintenance during seven scheduled visits and additional visits on a recurring basis as needed. Key tasks include edging, trimming, weed control, and proper disposal of landscaping debris, while ensuring a well-groomed appearance of all grass and plant materials. The project emphasizes adherence to federal, state, and local regulations and standards, along with the necessity for safety training in accordance with OSHA. The contractor must provide all necessary labor, equipment, and supplies. Working hours are set from Monday to Friday, 8 am to 5 pm, excluding federal holidays. The government will supply limited utilities and assist in identifying underground utilities but holds the contractor responsible for any damages caused. Overall, this landscaping initiative reflects the USDA’s effort to maintain and enhance the aesthetics and functionality of its modernized facility while ensuring compliance with quality, safety, and environmental standards.
    The Quality Assurance Surveillance Plan (QASP) outlines the monitoring of landscaping services provided by a contractor at the USDA ARS Salinas, CA location. Its primary purpose is to ensure the contractor meets performance standards established in the contract. The QASP defines the vision of maintaining an aesthetically pleasing and functional outdoor environment and the mission of delivering exceptional landscaping services through effective communication. The document details the procedures for monitoring, including what to monitor, how it will be conducted, and the individuals responsible for oversight. The Contracting Officer (CO) and the Contracting Officer's Representative (COR) play key roles in evaluating contractor performance and maintaining impartiality. Specific performance objectives and standards are outlined in a Surveillance Matrix, which establishes inspection methodologies such as 100% inspection, random sampling, and customer feedback. Additionally, the QASP emphasizes the importance of timely identification and resolution of performance issues, with processes for documenting deficiencies and corrective actions. Overall, this QASP acts as a framework for ensuring quality and accountability in the landscaping services provided, aligning with federal regulations.
    The document, entitled "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor, outlines wage rates and benefits applicable to contractors working under federal contracts, specifically in California's Monterey County. It details the minimum wage rates required under Executive Orders 14026 and 13658, which stipulate hourly wages of $17.75 and $13.30 respectively for various contract types starting from 2022. The document provides comprehensive wage tables for numerous occupations, outlining specific rates for roles in administrative support, automotive services, food preparation, health occupations, and IT among others. Additionally, the file outlines contractor responsibilities concerning benefits such as health and welfare compensation, paid sick leave in compliance with EO 13706, vacation, and holiday pay. There are processes described for classifying any new job titles that are not already listed, ensuring fair and appropriate wages across the workforce. The overarching purpose of this document is to ensure compliance with federal labor laws and provide transparency in wage determination for government contracts, ultimately protecting workers' rights within differing occupational fields.
    The document appears to be a log of individuals signing in and out on March 31, 2025, including their names and timestamps. Specifically, Brianna Birdwell and Devon Fehn are recorded with sign-in times of 11:04 and 8:56, respectively, while Adrian Guerrero and Jaziel P Mascorro signed in at 8:52 and 8:47. Guerrero's sign-out time is noted as 9:23, which matches Jaziel’s sign-out time, indicating that both left the location simultaneously. Devon Fehn's email is included but with no additional content provided. This log could relate to attendance tracking pertinent to federal or state RFPs or grants, suggesting oversight at a meeting, event, or workshop tied to governmental funding opportunities. The organization of the information implies a structured monitoring process for participants, likely intended for administrative or evaluative purposes in the context of public projects or grant management.
    The document is an amendment to a government solicitation regarding landscaping services for Salinas, CA. It outlines the process for acknowledging the amendment and submitting offers, emphasizing the importance of compliance to avoid rejection. The amendment introduces four additional option months for contract performance and allows for more frequent visits to address landscaping needs until a long-term solution is established. A specific inquiry from a subcontractor about the expected number of visits is addressed, highlighting the need for clarity in planning and scheduling. The amendment signifies a modified scope of work that requires contractors to confirm the number of expected visits after the initial cleanup phase. This amendment is critical for ensuring that contractors understand the changes and can effectively respond to the updated requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mowing and Landscaping of the Ava office compound
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking a contractor for mowing and landscaping services at the Ava Ranger District Administrative Site in Ava, Missouri. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to maintain a 5.7-acre site, which includes mowing, trimming grass and weeds, and shrub trimming, with services expected to be performed up to 22 times per season. This contract is a Total Small Business Set-Aside, emphasizing the importance of small business participation, and the period of performance is set from March 1, 2026, to February 28, 2027. Interested parties must submit their quotations by January 11, 2026, at 11:00 PM Eastern, and can contact Joshua Franks at Joshua.Franks@usda.gov or 530-214-0154 for further information.
    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.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    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.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    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.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    Provision of Gardening Services for U.S Embassy Phnom Penh
    State, Department Of
    The U.S. Embassy in Phnom Penh, Cambodia, is seeking proposals for gardening services under Request for Proposals number 19CB6026R0001. The procurement aims to secure a contractor capable of providing comprehensive landscaping services, including lawn care, pruning, leaf and debris removal, watering, fertilizing, and pest control, with a focus on maintaining the embassy grounds. This contract is crucial for ensuring the aesthetic and functional upkeep of the embassy's outdoor spaces, enhancing the overall environment for staff and visitors. Proposals are due by January 8, 2026, at 4:00 PM, with a pre-proposal conference scheduled for December 22, 2025. Interested offerors must contact PhonC@state.gov by December 18, 2025, to arrange site access, and are encouraged to submit their proposals electronically to PhnomPenhProcurement@state.gov.
    Snow Removal for FISL and NTDP
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide snow removal services for the Fire Science Laboratory (FISL) and the National Technology and Development Program (NTDP) located in Missoula, Montana. The contractor will be responsible for ensuring safe and accessible campuses during business hours, with services triggered by weather conditions, including immediate salting and de-icing for light snow or ice. This procurement is critical for maintaining operational safety and accessibility during winter months, covering approximately 90,000 square feet of parking lots and 1750 linear feet of sidewalks at FISL, along with similar areas at NTDP. Interested parties must submit their quotations by January 5, 2026, at 12:00 PM Eastern Time, and can reach out to Arthur Courtney at arthur.courtney@usda.gov for further inquiries.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.