Awarded ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Landscaping Services - Fort Lauderdale FL

DEPARTMENT OF AGRICULTURE 1232SA26Q0254
Total Obligated
$61,840
SAM.gov
Current Recipient
FUNGUY FARMACY LLC Pensacola FL USA
Mar 23, 2026
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Agriculture, specifically the Agricultural Research Service, is seeking proposals for landscaping services at the ARS Invasive Plant Research Lab located in Fort Lauderdale, Florida. The procurement involves maintaining the facility's appearance and health through various tasks such as mowing, edging, trimming, and pesticide application across a specified area, with a contract duration of one base year and four optional years. This service is crucial for ensuring the integrity of research operations and the overall safety of the facility. Interested small business contractors must submit their quotations by adhering to the outlined requirements, including a site visit scheduled for March 12, 2026, and can direct inquiries to Christopher Turner at christopher.c.turner@usda.gov.

Classification Codes

NAICS Code
561730
Landscaping Services
PSC Code
S208
HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING

Solicitation Documents

8 Files
Attachment 5 Site Visit Information.pdf
PDF75 KBMar 4, 2026
AI Summary
This document, Attachment 5, provides essential site visit information for RFQ Number 1232SA26Q0254, which is a Request for Quotation for Landscaping Services. The site visit is scheduled for March 11, 2026, from 10:00 AM to 11:00 AM Eastern Time, at 3225 College Avenue, Fort Lauderdale, FL 33314. Allen Dray, contactable at allen.dray@usda.gov or 254-545-2786, is the designated site visit contact, but should only be contacted for directions to the location, not for general solicitation information. This attachment is crucial for potential bidders to understand the logistics and contact protocol for inspecting the site related to the landscaping services RFP.
Attachment 5 0003 Site Visit Information.pdf
PDF86 KBMar 10, 2026
AI Summary
Attachment 5 provides essential site visit information for RFQ Number 1232SA26Q0254, which seeks Landscaping Services. The visit is scheduled for March 11, 2026, from 10:00 AM to 11:00 AM Eastern Time, at 3225 COLLEGE AVENUE, FORT LAUDERDALE FL 33314. Allen Dray is the designated contact for site visit directions only. No registration is required for the site visit, and attendees must present a REAL ID for identity confirmation. Participants are explicitly instructed not to contact Allen Dray for solicitation information or registration inquiries.
Attachment 2 Wage Determination 2015_4535_R34.pdf
PDF73 KBMar 16, 2026
AI Summary
This government file, Wage Determination No. 2015-4535, Revision No. 34, outlines the minimum wage rates and fringe benefits for various service occupations in Broward County, Florida, under the Service Contract Act. It includes detailed hourly rates for administrative, automotive, food service, health, IT, and other categories. Key provisions cover health & welfare benefits, vacation accrual based on years of service, and eleven paid holidays. The document also addresses specific conditions for computer employees and air traffic controllers regarding exemptions and night/Sunday pay. It details hazardous pay differentials for work with ordnance and uniform allowance requirements. The conformance process for unlisted job classifications is thoroughly explained, ensuring fair compensation and compliance with the Service Contract Act. Additionally, it references Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage adjustments for federal contractors.
Attachment 3 Solicitation Terms and Conditions.pdf
PDF219 KBMar 16, 2026
AI Summary
This government Request for Quotation (RFQ) 1232SA26Q0254 outlines requirements for landscaping services in Fort Lauderdale, FL, for a base year with four option years. The solicitation includes attachments such as a Performance Work Statement, Wage Determination, and Terms and Conditions. It incorporates numerous Federal Acquisition Regulation (FAR) and United States Department of Agriculture Acquisition Regulation (AGAR) clauses, with specific attention to anti-discrimination, diversity, equity, and inclusion (DEI) compliance, and contractor employee personal identity verification. Award will be a firm-fixed-price purchase order based on the lowest price technically acceptable criteria, considering price, technical acceptability, and past performance. Invoicing will be monthly through the Department of Treasury's Invoice Processing Platform (IPP). The document also details instructions for offerors, including inquiry submission and site visit information, and outlines the USDA Ombudsman Program for agency protests.
Attachment 4 Schedule and Transmittal Summary.pdf
PDF123 KBMar 16, 2026
AI Summary
Attachment 4 Schedule and Transmittal Summary (RFQ 1232SA26Q0254) outlines the required information for responsive quotations for landscaping services. Key requirements include providing a Unique Entity ID, business name, and point of contact details. Vendors must affirm active sam.gov registration, agreement to FOB Destination, invoicing in arrears, and use of the Department of Treasury's Invoice Processing Platform (IPP). Quotations must remain valid for at least 30 days. The document also details the pricing schedule for a base period (April 1, 2026 – March 31, 2027) and four option periods (each 12 months, extending to March 31, 2031), with monthly invoicing in arrears for all periods. The submission requires complete pricing for all Contract Line Item Numbers (CLINs) to calculate a Grand Total, confirming a Firm Fixed Price for all services and option periods.
Attachment 5 0004 Site Visit Information.pdf
PDF86 KBMar 16, 2026
AI Summary
Attachment 5 provides site visit information for RFQ Number 1232SA26Q0254, which is for Landscaping Services. The site visit will take place on March 12, 2026, from 10:00 AM to 11:00 AM Eastern Time at 3225 COLLEGE AVENUE, FORT LAUDERDALE FL 33314. The contact person for site visit directions only is Allen Dray, who can be reached at allen.dray@usda.gov or 254-545-2786. No registration is required for the site visit, and attendees must present a REAL ID to confirm their identity.
Attachment 6 QandA.pdf
PDF35 KBMar 16, 2026
AI Summary
The provided document, "Attachment 6 QandA," clarifies several aspects related to a government contract, likely an RFP, concerning grounds maintenance. It addresses key questions regarding service requirements and government-provided resources. Specifically, the document states there are no seasonal changes affecting mowing frequency. Pesticide application frequency is explicitly tied to weed growth, as per PWS section 9.2.4. It also clarifies that the government provides and stores all necessary equipment on-site, eliminating the need for the contractor to remove equipment after each service visit. Finally, the document confirms no changes to the PWS section 14.3 regarding service level requirements for deficiency corrections, maintaining the three-business-day correction window noted in the QASP. This Q&A attachment ensures clarity and sets expectations for potential contractors.
Attachment 1 Performance Work Statement and QASP.pdf
PDF498 KBMar 16, 2026
AI Summary
The US Department of Agriculture (USDA) is soliciting proposals for landscaping services at the ARS Invasive Plant Research Lab in Fort Lauderdale, Florida. This Performance Work Statement (PWS) outlines requirements for maintaining the facility's appearance, health, safety, and research integrity. The selected contractor will provide all necessary personnel, transportation, and supervision for weekly tasks including mowing, edging, trimming, pruning, and pesticide application across approximately 50,000 square feet of mowed areas, 5,000 linear feet of edging/trimming, 3,000 linear feet of pruning, and 5,000 square feet for pesticide application. The contract will have a one-year base period and four one-year option years. Key contractor requirements include submitting a Site Safety Plan, providing a Prime Contractor Representative, maintaining employee rosters, and ensuring all personnel obtain USDA Personal Identity Verification (PIV) cards. The USDA will provide tools, personal protective equipment, supplies, and equipment, with the contractor responsible for routine maintenance. A Quality Assurance Surveillance Plan (QASP) will be used to evaluate performance, with deficiencies leading to corrective actions and potential contract termination if not resolved.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 27, 2026
amendedAmendment #1· Description UpdatedMar 3, 2026
amendedAmendment #2· Description UpdatedMar 4, 2026
amendedAmendment #3· Description UpdatedMar 4, 2026
amendedAmendment #4· Description UpdatedMar 10, 2026
amendedLatest Amendment· Description UpdatedMar 16, 2026
deadlineResponse DeadlineMar 17, 2026
awardAwarded to FUNGUY FARMACY LLC Pensacola FL USAMar 23, 2026
expiryArchive DateApr 1, 2026

Agency Information

Department
DEPARTMENT OF AGRICULTURE
Sub-Tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS AFM APD

Point of Contact

Name
Christopher Turner

Place of Performance

Fort Lauderdale, Florida, UNITED STATES

Official Sources