S--PROVIDE LANDSCAPING SRVCS @ FOMO COMPLEX
ID: 140P5125R0006Type: Combined Synopsis/Solicitation
AwardedJul 18, 2025
$495.2K$495,181
AwardeeAMERIGRO LANDSCAPE SERVICES, LLC 1939 BELGRADE AVE STE 12 CHARLESTON SC 29407 USA
Award #:140P5125C0009
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide landscaping services at the Fort Moultrie National Historic Site and the US Coast Guard Life Saving Station in South Carolina. The procurement involves maintaining the grounds through mowing, trimming, and general landscaping over a twelve-month period, with an option for an additional year, while adhering to strict guidelines to protect the historic nature of the sites. This contract is vital for preserving the aesthetic and safety of these culturally significant locations, ensuring compliance with safety and environmental standards. Interested parties must RSVP for a mandatory site visit by April 29, 2025, and submit proposals by the specified deadlines, with inquiries directed to Edward Dingle at edward_dingle@nps.gov or by phone at 404-507-5747.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fort Moultrie National Historic Park Performance Work Statement outlines requirements for mowing and trimming services across several sites in South Carolina, including Fort Moultrie Visitor Center, US Coast Guard Life Saving Station, and Charles Pinckney National Historic Site. The contractor must maintain healthy grass and a professional appearance while adhering to strict guidelines to protect historic grounds. Specific tasks include mowing at designated height standards, trimming around structures without causing damage, and conducting thorough site cleanup after service. The contract covers a twelve-month period with work taking place primarily from February to October, avoiding weekends and holidays. Regular communication with the Contracting Officer Representative (COR) is mandated for coordination, and performance will be evaluated to ensure standards are met. The contractor is responsible for any damage caused and must maintain insurance coverage. The statement emphasizes the importance of quality control, public safety, and the need for specialized attention due to the historic nature of the sites. Overall, this RFP is vital for maintaining the beauty and safety of these culturally significant lands.
    The file delineates specific contract requirements for maintenance and development within the Ft Sumter & Ft Moultrie National Historical Park and the Charles Pinckney National Historic Site in South Carolina. It outlines various areas of greenspace, lawn, and mounds across different sites, specifying acreages that contractors must verify before submitting proposals. The primary locations include the Fort Moultrie Visitor Center, the US Coast Guard Life Saving Station, and the Charles Pinckney National Historic Site, with total specified acreage ranging from approximately 1.75 to 16 acres for various sections. Notably, certain areas, such as Battery Jasper, are excluded from the contract scope. This document serves as a reference for bidders in understanding the sites’ parameters and expectations for their proposals, reflecting the government's commitment to preserving and maintaining these historic locations. It emphasizes the importance of accurate information and verification during the proposal process to ensure compliance with preservation standards.
    The document pertains to federal and state requests for proposals (RFPs) and grants, focusing on various funding opportunities for projects across sectors. It provides an overview of applicable guidelines and necessary compliance requirements for projects seeking federal support. Key ideas include the goals of RFPs in promoting local and statewide initiatives, the importance of detailed budgets, project timelines, and demonstrating capacity to execute project objectives effectively. The document also emphasizes the need for alignment with local and federal regulations, ensuring that proposals adhere to specified formats and criteria. It outlines support available for proposal development and highlights strategic partnerships that may enhance proposal competitiveness. Overall, the content serves as a comprehensive resource for applicants navigating the complexities of federal and state funding processes, aiming to foster innovation and community development through well-structured proposals that meet regulatory standards.
    This document is Amendment 0001 to RFP #140P5125R0006, outlining questions and answers concerning grounds maintenance and landscaping services at Fort Moultrie. Key points include acceptance of herbicides for maintenance, with prior NPS approval required for chemical use. While autonomous mowers are not prohibited, their implementation requires a detailed safety plan due to safety concerns around public areas and historic structures. Additionally, insecticide treatments are permissible as an optional service, which must be clearly listed in proposals. Contractors must adhere to local regulations on Sullivan’s Island and comply with specific working hours and noise ordinances as stated in the Performance Work Statement. This RFP addresses critical operational guidelines and sets safety standards for contractors bidding on maintenance services, reflecting the importance of public safety and compliance in government contracts.
    The document outlines the base and option year contracts for landscape maintenance services at Fort Moultrie District and Charles Pinckney Site for the year 2025 and a subsequent option year in 2026. It includes tasks such as lawn mowing, line trimming, site cleanup, application of herbicides, and maintaining mowed pathways, with spaces allocated for bidders to provide financial estimates for each task. The contract requires bidders to specify total costs, including contractor overhead and fees for quality control and insurance, alongside any proposed changes that could impact costs or service frequency. The structure emphasizes a total cost analysis, including miscellaneous expenditures such as fuel and personal protective equipment. The main aim is to solicit proposals from vendors in alignment with federal and local regulations while ensuring the preservation and maintenance of national historic parks. The contract highlights the importance of compliance and evaluation of innovative solutions to optimize maintenance expenses across specified sites.
    The document outlines the requirements for a Past Performance Questionnaire as part of RFQ #140P5125R0006, specifically for firms offering Landscaping and groundskeeping services. It instructs offerors to list up to five relevant projects from the past five years, starting with the most recent. Each submission must include complete project details such as name, location, owner, contact information, dollar value, and a description of the work performed. Importantly, offerors are advised to disclose any instances of unsatisfactory past performance, providing context and describing corrective actions taken. This transparency is deemed crucial for evaluation purposes and affects the assessment of the offeror's credibility and reliability. The structure of the document comprises a clear instruction section followed by forms to be filled out with detailed project information.
    The National Park Service is conducting a site visit for potential contractors interested in providing grounds maintenance and landscaping services for historical sites in South Carolina, specifically Fort Moultrie Visitor Center, the US Coast Guard Life Saving Station on Sullivan's Island, and the Charles Pinckney National Historic Site. The site visit is scheduled for April 30, 2025, at 9:00 AM at the Charles Pinckney location. Interested parties must RSVP by April 29 and submit any questions to the Contracting Officer by May 2, adhering strictly to electronic communication. Attendance is deemed vital for understanding operational conditions and preparing accurate proposals, as failure to attend may not be accepted as justification for discrepancies in bids. No individual site inspections will be permitted. The point of contact for this visit is Mr. William Reilly, whose contact details are provided for coordination. The document emphasizes the importance of gaining insights into local conditions for successful project execution and cost estimation.
    This document serves as an amendment to a federal solicitation (No. 140P5125R0006) and outlines essential information regarding the acknowledgment of the amendment and details related to contractor communications. It specifies that contractors must confirm receipt of the amendment by various means, including notarization on offer copies or via electronic communication, prior to the deadline to avoid rejection of their offers. The amendment responds to queries received regarding the solicitation, with the relevant questions and answers included as an attachment. Additionally, it details the period of performance for the contract, which is set from May 12, 2025, to May 11, 2026. The document retains all original terms of the solicitation, emphasizing that only modifications outlined herein are effective—reinforcing compliance within the framework of federal procurement processes while maintaining clarity for participating contractors. This summary encapsulates the document's core purpose of communicating critical amendments and procedural expectations to ensure transparent and effective contract management.
    The document is a Request for Quotation (RFQ) from the National Park Service (NPS) for landscaping services at Fort Moultrie National Historic Site and the United States Coast Guard Life Saving Station in South Carolina. The RFQ outlines a requirement for a contractor to provide mowing, trimming, and groundskeeping services over a 12-month period with an option for an additional year. Key details include specifications for mowing heights, trimming techniques, site safety procedures, and maintenance standards, particularly regarding historic grounds that need special care. The RFQ emphasizes the importance of maintaining a tidy appearance, preventing illegal growth, and protecting historical structures with defined responsibilities for reporting damage or safety hazards. Offerors are required to have active registrations in SAM.gov and must follow guidelines for submitting proposals, including documentation related to herbicides and safety plans. Proposals will be evaluated based on price and technical details, adhering to the Lowest Price Technically Acceptable (LPTA) approach. Overall, this RFQ reflects the government’s commitment to maintaining historical sites while ensuring compliance with safety and environmental standards in its contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Mowing Services for Fort Supply Lake, 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 services for Fort Supply Lake in Oklahoma. The procurement aims to maintain the landscaping and groundskeeping of the area, ensuring a well-kept environment for recreational and operational purposes. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073 for further details regarding the solicitation process.
    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.
    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.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.