Ground maintenace and Landscaping maintenanc
ID: 70Z02925QNEWO0130Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Landscaping Services (56173)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for grounds maintenance and landscaping services at the District 8 REPFAC in New Orleans, Louisiana. The contract, which will be a firm fixed price purchase order, requires comprehensive lawn care services including mowing, trimming, pest management, and overall landscape maintenance for a 9,150 sq/ft area, ensuring compliance with federal and local standards. This initiative underscores the government's commitment to maintaining public facilities and enhancing environmental quality. Interested contractors must submit their quotes by 12:00 PM CST on April 24, 2025, to the primary contact, Clarence Henshaw Jr., at clarence.henshawjr@uscg.mil.

    Files
    Title
    Posted
    The document serves as a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining minimum wage rates and fringe benefits for various occupations within Louisiana's specified parishes. Effective from January 30, 2022, contracts must adhere to minimum wage stipulations from Executive Orders 14026 and 13658, requiring at least $17.75 or $13.30 per hour, depending on contract specifics. The document lists detailed wage rates for numerous occupations, including administrative support, automotive service, food preparation, health services, and technical fields. Fringe benefits such as health and welfare, paid sick leave, vacation, and holiday entitlements are also stipulated. Additionally, it describes requirements for conformance when unlisted job classifications arise in contracts and notes specific provisions for hazardous and uniform allowances. This determination is critical for contractors in federal contracts to ensure compliance with labor standards within the service industry, promoting fair compensation practices for workers.
    The document outlines the standard instructions for offerors submitting proposals for commercial products and services to the U.S. Government, as per Federal Acquisition Regulation (FAR) provisions. It delineates requirements such as the necessity for a unique entity identifier, NAICS code, submission timelines, essential documents, and past performance information. Offerors are advised to provide signed, dated offers, including various certifications, product samples if requested, and the acknowledgment of any solicitation amendments. Evaluation bases for awards include price, technical capability, and past performance, emphasizing the importance of competitive pricing while adhering to regulatory compliance related to small business classifications, socioeconomic categories, and ethical manufacturing practices. The document highlights the government’s right to perform inspections, seek repairs for nonconforming supplies, and address disputes using established channels. It also informs potential offerors about debarment risks and compliance with environmental standards, reinforcing the government's commitment to ethical procurement practices while ensuring public interest is upheld. Overall, the document serves as a comprehensive guideline for potential contractors engaging with federal procurement processes.
    The document outlines a Performance Work Statement (PWS) for grounds and landscaping maintenance at the U.S. Coast Guard District 8 REPFAC in New Orleans, LA, for fiscal year 2025. The intent is to ensure thorough maintenance of grounds encompassing a 9,150 sq/ft area, including lawns, trees, and shrubs. The contractor is responsible for providing all necessary labor, materials, and equipment to maintain the property, ensuring a clean and healthy landscape. Key duties include lawn mowing, debris removal, trimming plants, herbicide application, and ongoing evaluations for landscape enhancement. Contractor qualifications require personnel with landscaping experience and certification in grounds management. The work is scheduled to minimize disruptions, taking place within designated hours, with safety protocols mandated throughout. The contract spans one year, from May 1, 2025, to May 1, 2026, with regular reporting and oversight by a Contracting Officer. The document emphasizes compliance with contract specifications, with potential penalties for non-compliance, thereby ensuring quality maintenance of the Coast Guard facilities.
    The document outlines the Performance Work Statement (PWS) for lawn care services associated with the D8 REPFAC for Fiscal Year 2025. It includes visual references depicting various areas surrounding the residence, highlighting the front, left side yard, right side yard, and backyard. The purpose of this PWS is to detail the scope of work required for maintaining the lawn's aesthetics and health, aligning with federal and local standards for such services. Specific tasks may include mowing, trimming, and pest management. This initiative reflects the government's focus on ensuring well-maintained public facilities and enhancing environmental quality. By providing clear guidelines through this document, the government seeks to attract proposals from qualified contractors capable of offering comprehensive lawn care services that meet the outlined requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCG IPF New Orleans Reclaim System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of a 8400-319 NORTON 30CF Reclaim System to be delivered to its Industrial Production Facility in New Orleans, Louisiana. The contractor is required to provide all necessary materials for this industrial equipment, which is essential for abrasive media reclamation, ensuring compliance with industry standards and specifications. The contract will be awarded based on the lowest price for a Firm-Fixed Price Supply Contract, with a delivery timeline of 30 days after receipt of order. Interested vendors must submit their quotes by January 9, 2026, and direct any questions to the primary contact, Joseph Loporto, at Joseph.loporto@uscg.mil or 504-253-4773.
    Ground Maintenance
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is seeking qualified 8(a) small businesses to provide ground maintenance services at its installations. The contractor will be responsible for a range of services including mowing, edging, trimming, weed control, debris removal, and maintenance of various areas such as athletic fields and family housing, adhering to federal, state, and local laws, as well as environmental regulations. This procurement is critical for maintaining the operational readiness and aesthetic quality of the Army Garrison's facilities. Interested parties must submit a capabilities statement and relevant information by December 22, 2025, at 10:00 AM Atlantic Standard Time, to the designated contacts, Denia M. Serrano and Felix Marrero, via email.
    USCGC Sturgeon Bay MPCMS Grooming
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor services for the grooming of the Machinery Plant Control-Monitoring System (MPC-MS) aboard the Cutter Sturgeon Bay (WTGB-109). The primary objective is to conduct a comprehensive inspection, grooming, and verification of the MPC-MS to ensure operational readiness, which includes tasks such as hardware inspection, correcting wiring discrepancies, calibrating sensors, and performing operational testing across various systems. This project is critical for maintaining the functionality and safety of the cutter's systems, with the period of performance scheduled for January 5-9, 2026. Interested contractors can reach out to Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    FY26 Pointe Lookout Harbor Maintenance
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Detroit District, is conducting a Sources Sought notice for maintenance services at Pointe Lookout Harbor in Au Gres, Michigan. The primary objective is to address significant overgrowth of vegetation, including tree cutting, herbicide application, and removal of invasive species to restore the structural integrity and functionality of the harbor's breakwall. This opportunity is crucial for maintaining the harbor's operational capacity and ensuring environmentally responsible practices during the maintenance process. Interested businesses, both small and large, are encouraged to submit their capabilities and past project experiences by December 15, 2025, to Contract Specialist Noah Bruck at noah.r.bruck@usace.army.mil and Contracting Officer Stephanie M. Craig at stephanie.m.craig@usace.army.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.